SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

LAB7 Software and Support

Solicitation number 01044-180361/A

Publication date

Closing date and time 2018/03/05 14:00 EST


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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: 
    D-MARK BIOSCIENCES INC
    35 Grand Marshall Dr
    Toronto Ontario
    Canada
    M1B5W9
    Nature of Requirements: 
    
    Advance Contract Award Notice (ACAN)
    
    Laboratory Information Management System software
    01044-180361
    Peter Lessard
    Telephone No. 613-850-7602
    Email: Peter.lessard@pwgsc.gc.ca
    
    REQUIREMENT:
    
    The Molecular Technologies Laboratory (MTL), the core sequencing facility in the Ottawa Research and Development Centre (ORDC) of Agriculture and Agri-Food Canada (AAFC) has a requirement for the provision of goods as specified under “Background” below. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these goods to D-Mark Biosciences, the Canadian distributor of Lab7 Systems Inc., the developer of the Lab7 ESP software. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period. 
    
    If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.
    
    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.
    
    BACKGROUND:
    
    ORDC is seeking to procure Lab7 ESP software to replace its current Laboratory Information Management System (LIMS) software (GeneSifter Lab Edition by Geospiza).
    
    Public Works and Government Services Canada, on behalf of its Client, Agriculture and Agri-Food Canada, intends to enter into a sole source contract with D-Mark Biosciences of Toronto, Canada, the Canadian distributor for Lab7 Systems Inc., the software publisher of Lab7 ESP for the purpose of procurement of the following:
    
    Initial Requirement
    
    1. Perpetual license of LAB7 ESP software
    2. Customization and installation of LAB7 software
    3. 2 Option years of software maintenance and support
    4. Training in the use of LAB7 ESP software
    
    MINIMUM ESSENTIAL REQUIREMENTS
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets all of the mandatory requirements in Annex A.
    
     
    JUSTIFICATION FOR THE PRE-SELECTED SUPPLIER 
    
    The reasons for single tendering are described in Annex A.
    
    Section 6 of the Government Contract Regulations is being invoked in this procurement as only one person or firm is capable of performing the contract.
    
    CFTA, Article 513, paragraph 1.(b) and 1.(c) are applicable on the basis of limited tendering due to compatibility with existing products, to recognize exclusive rights, such as exclusive licenses, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative, and when there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists.
    
    Articles 1016.2(b) and 1016.2(d) of NAFTA are applicable on the basis of limited tendering due to reasons where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists, for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of inter changeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter.
    
    PERIOD OF CONTRACT
    
    The proposed contract is for the purchase of a perpetual license of Lab7 ESP software, data conversion, installation and customization of Lab7 ESP software to begin at the date of contract award, and 2-1 year options for associated software maintenance and support services.
    
     
    ANNEX A
    
    The reasons for sole source procurement of the required Laboratory Information Management System (LIMS) software are listed below. The MTL sequencing facility of ORDC requires the solution to be compliant with the following functionalities:
    
    ESSENTIAL SOFTWARE REQUIREMENTS:
    
    General
    M1 The LIMS software license must be perpetual and not require software maintenance and support renewals for the continued use of the software.
    
    M2 The LIMS must be compatible with the following equipment, already in place: (i) ABI 3500 Genetic Analyzer; (ii) ABI 3500xl Genetic Analyzer; (iii) Illumina MiSeq Sequencer; (iv) Illumina NextSeq Sequencer; (v) Oxford Nanopore Sequencer; (vi) liquid handling robots (4titude 4Lab and Caliper Sciclone); (vii) DNA quality control instruments (Roche Lightcycler 480, LabChip GX Touch 24); (viii) DNA quantification instruments (Trinean DropSense-16, Invitrogen Qubit fluorometer, Agilent 2100 Bioanalyzer); (ix) Instruments for DNA and RNA library construction (Caliper LabChip XT, Covaris M220, Covaris LE220)
    
    M3 The LIMS must allow for the ability to integrate additional equipment and/or robotics.
    
    M4 The LIMS software must have the ability to track the samples through all the instruments and produce input files, wherever possible;
    
    M5 The LIMS must have a web based Graphical User Interface (GUI), compatible with Firefox and Internet Explorer 8, or higher;
    
    M6 The LIMS must run on a Linux based server (ie. CentOS, Redhat, Ubuntu);
    
    M7 The LIMS must be able to decode common barcode types including but not restricted to UPC and 2D matrix formats;
    
    M8 The LIMS must allow for unlimited named users of differing permission levels;
    
    M9 All data stored in the LIMS database must be accessible through an Application Programming Interface (API);
    
    M10 The LIMS must have sample tracking functionality. All equipment, reagents and personnel associated with the results must be part of the sample tracking process;
    
    M11 The LIMS must store all information associated with sample traceability, including, but not limited to: (i) equipment and materials used in testing (ex: reagents, buffers, etc.); (ii) personnel who performed the testing and instruments used; (iii) links to raw data produced by the equipment; (iv) progress of samples through the workflows involving multiple instruments, etc.
    
    M12 Sample entry fields must be highly configurable, allowing incoming samples to be assigned unique IDs;
    
    M13 All manipulations recorded must be linked to these template IDs, complete with all pertinent information performed (who, what, when information);
    
    M14 The LIMS must be able to process client submission forms. This must be able to be performed through APIs, as well as allowing data entry via web portal and/or importing CSV files;
    
    M15 The LIMS must have the ability to manage client projects where samples and associated tests are set up, based on the requirements of the sample(s) to be processed;
    
    M16 The LIMS must be able to support activities related to preparing samples for PCR, Real-Time PCR, Sanger sequencing, Next Generation Sequencing, and Genotyping by sequencing. Samples may be a physical specimen, purified DNA, or PCR products provided by clients;
    
    M17 The LIMS must allow for programmatic data entry, for example, a computer needs to be able to push data to the LIMS directly;
    
    M18 The LIMS must allow customized submission forms;
    
    M19 The LIMS must allow for workflows to be paused and resumed later;
    
    M20 Timestamps and user logins must capture all aspects of the sample manipulation;
    
    M21 The LIMS must allow users to modify workflows or bypass steps in a workflow as needed;
    
    M22 Steps in a workflow must be able to be designated as either optional or required. If optional, it must be possible to skip the step. There must also be the ability to move backward through a workflow, to take corrective measures. Original and corrective entries must both be captured;
    
    M23 The LIMS must have the ability to generate reports and define custom reports related to any information stored within the database;
    
    M24 The LIMS must allow the use of both new and pre-existing bioinformatics pipelines in integrated data analysis;
    
    M25 The LIMS must be able to integrate 3rd party bioinformatics tools;
    
    M26 The LIMS must record and store changes made to workflows, protocols, and pipelines;
    
    M27 The LIMS must have a database query interface;
    
    M28 The LIMS must provide access to all information, using an API and/or SDK;
    
    M29 The LIMS must be able to access information stored within an existing database, using an API and/or SDK;
    
    M30 The LIMS must be able to import reports and data files produced by all integrated equipment;
    
    M31 The LIMS must allow for input and output files to be sharable over a network;
    
    M32 The LIMS must allow for customer invoicing and payment tracking;
    
    M33 The LIMS software must be compatible with current operating systems: ie Windows 7 or Linux (CentOS, Fedora or Ubuntu). Software upgrades must be completed as required for operating system upgrades while under a service contract;
    
    M34 The LIMS software must be self-contained and not require external web or cloud-based resources;
    
    M35 The LIMS software must be able to incorporate all historical data from our current LIMS (GeneSifter Lab Edition by Geospiza);
    
    
    CLOSING DATE AND TIME FOR WRITTEN SUPPLIER RESPONSES CHALLENGING THIS REQUIREMENT IS 14:00 p.m. EST, March 5, 2018.
    
    You are hereby notified that the Government intends to solicit a bid and negotiate with one firm only as identified above.
     
    If you wish to submit a written response showing that you are capable of meeting this requirement, it must be done not later than the specified closing date and time. The file number, 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. As it is intended to proceed in a timely manner, responses received after the closing date will not be considered.
    
    Responses received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement. Information provided will be used by the Crown for technical evaluation purposes only and is not to be construed as a competitive solicitation. Your written response must provide sufficient evidence (e.g. specifications, technical data, drawings, or any other proof) that clearly demonstrates that your product or service is capable of fulfilling this requirement.
    
    Suppliers that have submitted a response will be notified in writing of PWGSC's decision to continue with the non-competitive procurement or compete the requirement.
    
    
    
    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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Lessard, Peter
    Phone
    (613) 850-7602 ( )
    Email
    peter.lessard@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière
    4th Floor, 10 Wellington Street
    4th etage, 10, rue Wellington
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Agriculture and Agri-Food Canada
    Address
    1341 Baseline Road
    Ottawa, Ontario, K1A0C5
    Canada
    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.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Non-Competitive
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: