IMPROVE ELECTROCHEMICAL (EC) SENSOR CHIP PERFORMANCE
Solicitation number W7702-175823/A
Publication date
Closing date and time 2017/01/13 16:00 EST
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: The University of Calgary Research Services 2500 University Drive N.W. Calgary Alberta Canada T2N1N4 Nature of Requirements: TITLE: IMPROVE ELECTROCHEMICAL (EC) SENSOR CHIP PERFORMANCE AND ESTABLISH BASELINE PARAMETERS FOR AEROSOL EC DETECTION 1. ADVANCE CONTRACT AWARD NOTICE (ACAN) An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 2. SECURITY: 2.1 There is no security requirement applicable to the Contract. 3. REQUIREMENT: Defence Research and Development Canada - Suffield Research Centre (DRDC-SRC) is investigating the utility of toll-like receptors (TLRs) and electrochemical detection technologies for development ofa handheld biological pathogen detector. Optimization of TLR4 binding to a Gram negative bacterial component, lipopolysaccharides (LPS) is needed to increase detection dynamic range for improved sensitivity and reliability of detection. A systematic approach to determine the baseline engineering parameters is key to develop TLR4 EC biodetector. Integration of aerosol collection, sampling and concentration is also crucial for the development. 4. CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES (MINIMUM ESSENTIAL REQUIREMENTS) Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: Mandatory Technical Criteria a) Education: Minimum PhD with academic training in chemistry or related field. b) Experience in electrochemistry, specifically in electrochemical impedance spectroscopy (EIS) and quartz crystal microbalance (QCMB), and self-assembled monolayer sensor. c) Experience in protein immobilization and surface analyses. 5. APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT This procurement is subject to the following trade agreement: Agreement on Internal Trade (AIT). 6. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER This contract is a continuation of a previously competitively bid R&D contract (W7702-145656/001/EDM) for which only one bid was received. The proposed sole source contractor would meet the requirements and tasks because the work proposed in this contract willlargely rely upon the previous work done under W7702-145656/001/EDM. The time required to train new contractor to perform the work needed in this contract will be prohibitive (that is, >6 months to train new contractor of the skills and knowledge obtained under the previous contract). There are strong indications that there is no alternative source. Additionally, the contractor owns the IP generated from W7702-145656/001/EDM, which pertains to the manufacturing of electrochemical sensors using a modified self-assembled monolayer for use in medical diagnostics. The Crown has the rights to use the IP for a different purpose than medical diagnostics. The proposed sole source contract is to use a compatible system (Bio-Logic SP-300 EIS system) and methodologies developed under W7702-145656/001/EDM. A second Bio-Logic SP-300 EIS system will be funded by the Crown for the contractor to purchase in the interest of incorporating the system into the final prototype for lab challenges in aerosol detection as part of the deliverables. 7. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION(S) The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - only one person is capable of performing the work. 8. EXCLUSIONS AND/OR LIMITED TENDERING REASONS The following exclusion(s) and/or limited tendering reasons are invoked under the: Agreement on Internal Trade (AIT) - Article 506, paragraph 12 (b). NAFTA excluded: Annex 1001.1b-2, GSIN AD917700 Military (R&D) is excluded. WTO-AGP excluded: Annex 4, GSIN AD917700 Military (R&D) is not included. 9. OWNERSHIP OF INTELLECTUAL PROPERTY Any intellectual property arising from the performance of the Work under the Contract will vest in Canada. DRDC is exempted from the Treasury Board "Policy on Title to Intellectual Property Arising Under Crown Procurement Contracts" approved 1 June 2000 as per DRDC ADM (S&T) IP-02. 10. PERIOD OF THE PROPOSED CONTRACT OR DELIVERY DATE The Contact will be effective from award date to 2017-03-31 with the option to extend the term of the Contract by up to two (2) additional one (1) year periods. 11. COST ESTIMATE OF THE PROPOSED CONTRACT The estimated value of the contract is$337,000.00 (GST/HST extra) for the contract period including option years. 12. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER: The University of Calgary Research Services 2500 University Drive N.W. Calgary, Alberta T2N 1N4 13. SUPPLIERS’ RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. 14. CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES The closing date and time for accepting statements of capabilities is indicated above. 15. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES Inquiries and statements of capabilities are to be directed to: Contracting Authority Lorraine Jenkinson Supply Specialist Public Works and Government Services Canada Acquisitions Branch, Western Region Telus Plaza North 10025 Jasper Avenue, 5th Floor Edmonton, AB T5J 1S6 Telephone: (780) 497-3593 Facsimile: (780) 497-3510 E-mail address: Lorraine.Jenkinson@pwgsc-tpsgc.gc.ca Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Agreement on Internal Trade (AIT)
Reason for limited tendering
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
-
Exclusive Rights
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Jenkinson, Lorraine
- Phone
- (780) 497-3593 ( )
- Fax
- (780) 497-3510
- Address
-
ATB Place North Tower
10025 Jasper Ave./10025 ave Jasper
5th floor/5e étageEdmonton, Alberta, T5J 1S6
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.