Mass Spectrometer

Solicitation number 01804-171036/A

Publication date

Closing date and time 2017/02/03 13:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Goods Purchased on a Commodity Market
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Leco Instruments Limited
    2205 Dunwin Drive
    Mississauga Ontario
    Canada
    L5L1X1
    Nature of Requirements: 
    
    Title: Mass Spectrometer
    
    01804-171036/A
    Dunphy, Nancy
    Telephone No. - (902) 496-5481 
    Fax No. - (902) 496-5016 
    Email: nancy.dunphy@pwgsc-tpsgc.gc.ca
    
    This amendment 001 is raised to include "optional" item for an additional estimated cost of $86,250.00 (HST included) as follows:
    
    Quantity one (1) Grestal Autosampler:
    1. Must be a Gerstel (Multipurpose Robotic Sampler - MRS).
    2. Must interface directly to the injectors of the Gas Chromatograph (GC) using a top mount and include all mounting hardware.
    3. Must have capability of control from local interface/keypad. 
    4. Must include the instrument drivers for full control of the autosampler with the supplied GC-MS data system.
    5. Must have capability of liquid, static headspace and Solid Phase Micro Extraction (SPME) injections.
    6. Must include, at least, 1 tray for 10 mL/20 mL vials, 2 trays for 2 mL vials and 1 tray holder.
    7. Must include 2 x 10 uL syringes and a wash station for liquid injection.
    8. Must include 2 x 1.0 mL syringes and a syringe heater for static headspace injection. 
    9. Must include a six (6) position incubator and adapters for 2 mL/10 mL/20 mL vials. The incubator must control temperature from 30°C to 200°C and agitate samples by shaking or magnetic stirrer bar.
    10. Must allow customization and software control to accommodate non-standard trays and sample vessels.
    _________________________________________________________________________
    
    1.   An Advanced Contract Award Notice (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 ofcapabilities. 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.   Definition of requirement
    
    Agriculture & Agri-Food Canada has a requirement to supply and installation, one (1) new 2-dimensional Gas Chromatographic Mass Spectrometer (Time of Flight) instrument, with appropriate related hardware and software,training and one year service agreement.
    
    3.  Criteria for assessment of the Statement of Capabilities
    
    Any interested supplier must demonstrate by way of a statementof capabilities that its GC MSservices meet the following requirements that are detailed herein.
    
    I. Gas Chromatograph (overall specifications):
    
    1. Must include a split/splitless injector with digital/electronic flow control with a temperature range of at least ‘Ambient + 5°C’ to 400°C. 
    2. The digital/electronic flow control forthe injectors must provide constant and programmed pressure and flow control. The flow set point resolution must be 0.1 mL/minute. 
    3. Both injectors must have ranges of at least zero (0) to 150 psi for pressure and 10:1 to 7,500:1for split flow ratio with a set point resolution of 0.01 psi.
    4. The injector must be compatible with capillary columns having internal diameter ranging from 0.1 - 0.53 mm.
    5. Injector mustbe of a septumless design using a Merlin MicrosealTM or its proven equivalent.
    6. The gas chromatograph (GC) oven must have maximum achievable temperature of at least 400oC, a maximum temperature ramp rate of at least 100 °C/min using 230-240VAC power and a temperature set point resolution of at least 1°C.
    7. The GC column oven must allow at least 4 temperature programming ramps in a single method.
    8. Oven cool down of 400oC to 50oC must be achievable in 4.5 min or less without cryogen use.
    9. Mustinclude hightemperature/vacuum valve for connection with the PerkinElmer ATD650 system for switching applications, such as the ATD and the autosampler, within the GC oven without having to shut down MS or change column connections. 
    
    II. 2-Dimensionalgas chromatograph (GC x GC) (special specifications):
    
    1. The GCxGC system must be capable of performing comprehensive GCxGC on the entire sample. 
    2. The GCxGC system must be fully integrated, providing control of the GC, thermal modulator, secondary column oven, detectors, and GCxGC data processing software, liquid autosampler, static headspace autosampler, and SPME autosampler from a single software platform.
    3. The GCxGC modulation system must be a thermally-based, quad-jet, dual-stage design, with two separate cold jets and two separate hot jets, with a maximum temperature of 400°C and a heating rate of 40°C/minute or greater.
    4. The GCxGC thermal modulator cold jets should be liquid nitrogen cooled.
    5. The GCxGC thermal modulator should becapable of effectively (and quantitatively) modulating analytes within the range of C4 butane and C30 n-alkane.
    6. The GCxGC system should have an independent, isolated secondary oven that can be controlled and programmed directly through the main datasystem to enable adjustment of second dimension retention times in order to reduce/eliminate coelutions andwraparound.
    7. The GCxGC secondary oven should have a maximum temperature of 400°C and a heating rate of 40°C/minute.
    8. The GCxGC system shouldbe capable of calculating and providing a corrected constant flow mode based on the column set and temperature zones used for the GC method.
    9. The GCxGC system should include a complete data processing software package capable of:
    a. Automated peak location based on expected peak width and a signal-to-noise threshold.
    b. Automated peak area calculations based on automated combination of modulated peak slices.
    c. Analyte calibration software that can generate single and multi-order calibration curves.
    d. Automated analyte quantification.
    e. Automated data export in a variety of electronic formats including CDF, ANDI and ASCII formats.
    10. The GCxGC system should include software capable of displaying contour and surface plots. The contour and surface plotsshould be expandable.
    11. The GCxGC software mustprovide an automated mechanism for determining analytes that have been modulated into more than one second dimension chromatogram and combining these peaks into a single analyte entry in the peak table.
    
    III. Mass Spectrometer (MS):
    
    1. Must be a ‘time of flight’ mass spectrometer.
    2. Must employ an AID converter for extended dynamic range signal solution.
    3. Must be of an electron ionization (EI) dual filament design able to handle GC carrier gasflows ranging from 0 to 10 mL/minute.
    4. The EI source should allow the ionization energy to beset from (-50 V to -80 V) in the MS method.
    5. The EI source should use automatic software selection of the other filament if one should fail during analysis. 
    6. The MS should be capable of collecting, storing, and reporting a scan rate of at least 500 full-range mass spectra (10u to 1000u) per second. 
    7. The MS must be capable of collecting 20 full range spectra across a 50 ms chromatographicpeak (GCxGC).
    8. Mass range must be at least 10 to 1000 u and have at least unit mass resolution over the entire range. 
    9. Mass spectra must not be skewed by the MS.
    10. Must be capable of the following modes: 
    a. Full scan electron ionization(EI)
    b. Selected ion monitoring (SIM)
    11. Must have temperature control of the source and detector up to 250°C.
    12. Transfer line from GC must have a temperature range of at least 100°C to 300°C and have a short line of sight design directly to the MS.
    13. Software control must be provided for, but not limited to, emission current, lens voltages, electron energy, electron multiplier, conversion dynode and gate voltages for automatic and manual tuning.
    14. The MS vacuum system should consist of a minimumof a 600L/second (He) or 500 L/second (H2) turbomolecular pump mounted on the source region, and a minimum of a 264 L/second (He) or 240 L/second (H2) turbomolecular pump mounted on the mass analyzer. The turbomolecular pumps should also be supported bya minimum of a 280 L/minute roughing pump.
    15. Must allow user definable setting for mass defect.
    16. Comprehensive diagnostic tests must include but not be restricted to gate voltages, lens voltages, turbo pump speed, filament status and various power/voltage supplies for the mass spectrometer.
    17. The MS should be able to be operated in anenvironmental range from 16°C to 26°C, with 10 to 90% relative humidity.
    
    IV. GCMS Data System:
    
    1. Must include data system and software for full control of instrument parameters and heated zones for the autosampler, GC and MS. 
    2. Must have the ability to store no less than 100 methods and use multiple method sequences, where number of methods within a sequence can range from 1 to at least 10.
    3. MS software must provide product ion and deconvolution analyses.
    4.Must allow real time data analysis.
    5. Mustallow seamless transfer of spectra to the library search program.
    6. Must include the ability to generate custom reports and create custom user libraries.
    7. Data system must be complaint with all Windows®-based operating systems.
    8. Mustprovide automated overall system optimization algorithms that maximize signal intensity, maximize mass resolution, and calibrate the mass axis.
    9. The GCMS data system should allow for the addition of samples to an acquisition table and/or reordering of samples inthe acquisition table without requiring the analyst to terminate the sequence.
    10. The GCMS data system should provide integrated control of Agilent7890 and Gerstel designed liquid autosampler, static headspace sampler, and SPME system.
    11.The GCMS data system should provide quality assurance protocols for system optimization, vacuum leak tests, verification of calibration curves, blank analysis,retention index verification, chromatographic peak shape verification, internal standard verification, and detector response correction.
    12. The GCMS data system should use the NIST® library search algorithm for comparing sample mass spectra to databases of mass spectra, as well as the following:
    a. The GCMS data system should allow multiple libraries to be automatically searched simultaneously.
    b. The GCMS data system should allow the preparation of analyst-defined libraries of mass spectra to be used for library search.
    c. The GCMS data system should allow for an analyst-defined number of library matches to be returned from the library search algorithm.
    13. The GCMS data system should provide the ability to calculate retention indices for analytes found in a sample.
    14. The GCMS data system should allow for fully automated qualitative analysis consisting of: location of all peaks that meet analyst-defined criteria; deconvolution of the mass spectra for all located peaks to remove background-,matrix-, or coeluting-analyte signal; and tentative analyte identification by library search.
    15. The GCMS data system should provide a fully automated peak find algorithm capable of detecting:
    a. coeluting analyte peaks, 
    b. analyte peaks buried beneath the background of the total ion current chromatogram, or 
    c. analyte peaks buried beneath significantly larger concentration analytes and/or matrix interferences.
    16. The GCMS data system should provide a fully automated mass spectral deconvolution algorithm that:
    a. removes background signal, 
    b. removes interfering signal from matrix or other analytes, and 
    c. accurately proportions shared signal found in both the analyte spectrum and the coeluting interference resulting in a clean, full-range mass spectrum for more accurate analyte identification.
    17. The GCMS system should allow forthe presentation of deconvoluted mass peak shapes in coelution situations where the ion of interest is shared. The deconvoluted peak shapes should represent the portion of shared signal contributed only by the specified analyte in the coelution.
    18. The GCMS data system should allow for an automated reverse search of a peak table for a target spectrum to see if the analyte is present anywhere in the sample.
    19. The GCMS data system should allow for the automated comparison of two samples to generate a list of analytes found only in sample A, a list of analytes found only in sample B, a list of analytes found in both samples A and B, and a list of analytesfoundin both samples A and B but outside an analyst-defined concentration range.
    20. The GCMS data system should allow for fully automated quantitative analysis based on single or multi-order calibration curves.
    21. The GCMS data system should allow for simple generation of written report templates through a drag-and-drop mechanism using the computer mouse.
    22. The GCMS data system should allow for all analyte information, including mass spectral information, and all sample information to be exported as an ASCII file.
    23. The GCMS data system should allow for ANDI and CDF export of raw data.
    24. TheGCMS data system should provide a flexible system for combining at least these automated data processing procedures into a single data processing method: baseline, peak find, spectral deconvolution, peak areaand height calculation, retention indexcalculation, quantification, sample comparison, report generation, and data exportation.
    25. Must have at least an Intel E5-1620v3, 4C with processing power of at least 3.5 GHz and 8 GB of RAM. 
    26. Must includeno less than a 1 TB SATA 3.0 Gb/s hard drive or larger, 8X DVD drive, keyboard, mouse and speakers. 
    27. Must include at least a 24” LCD monitor and compatible video adapter/graphics card.
    28. Mustinclude 2 Network adapters (Ethernet 10/100/1000), onefor a LAN connection.
    29. Must include aMultiple USB ports, a RS-232 port, a full-height PCI and a full-height PCI Express slots.
    
    V. Supplementary Requirements:
    
    1. GC and MS tendered must befrom a single vendor to ensure proper interfacing andleak free operation.
    2. Must include outputsignal for Start, Stop and Ready states of the GC-MS used to control external equipment (i.e. autosampler, thermal desorber).
    3. Must allow input signals for external Ready and Run states from autosampler and/or thermal desorber.
    4. Must include all cabling and hardware to interconnect the data system and GC-MS.
    5. Must include an assortment of consumable items that would be expected for a normal year of use of the GC-MS.
    6. Must include delivery of all components to the Kentville Research and Development Centre within 12 weeks of the contract award or March 31st, 2017, whichever occurs first.
    7. The vendor is responsible for installation, set-up andcommissioning of the GC-MS. AAFC will liaise with the vendor’s designated point of contact to determine a mutually agreeable date and time for installation and commissioning. The vendor must demonstrate that the entire system is operational to the satisfaction of designated AAFC staff.
    8. Must include aninstallation kit, test column and samples for proper installation and commissioning.
    9. Must include all manuals for the GC-MS; either electronic or hardcopy are acceptable.
    10. Must operate on 110-120V and 230-240V, 50-60 Hz.
    
    VI. Warranty, Service and Training:
    
    1. On-site training must be provided subsequent to the installation and commissioning of the instrument(s). On-site training must include, but not be restricted to, familiarization with software/hardware, maintenance and routine operation of the GC-MS. Vendor shall provide at least two (2) days of on-site training, during the normal work week of Monday to Friday, commencing at 0800 hrs and ending at 1600 hrs; available for up to five (5) laboratory (research) personnel.
    2. Must include in-depth software training for 4-5 days with-in Canada or continental USA.
    3. Must include at minimum, a one (1) year warranty covering cost of parts, labour and travel.
    4. Free Telephone support must be provided, Monday through Friday 0900 to 1700 hours Atlantic Standard Time, during and after the warranty period.
    
    4.   Justification for the Pre-Identified Supplier:
    
    1. To achieve required resolution of analytes, the MS must be able to collect, store, and report at a scan rate of at least 500 full-range mass spectra (10u to 1000u) per second. (Section III. Mass Spectrometer (MS), point 6: sole source requirement for scanning rate)
    2. For the sensitivity performance specification, the system is required to achieve a minimum of a 10:1 signal to noise ratio for the 284 ion for hexachlorobenzene (HCB) at an acquisition rate of at least 20 spectra/second over a mass range from 50u to 500u; the HCB concentration is 2 pg on column.
    3. When the same concentration of HCB is run via GCxGC, there will be a 2.5-3X enhancement in signal to noise, which is achieved through the fully integrated software controlling the modulator and the GCxGC data processing (Section II. 2-Dimensional gas chromatograph (GCxGC), point 2: sole source requirement for a fully integrated software package)
    4. Separation of complex samples using GCxGC for the entire analysis will be tested with a GROB mixture (comprehensive mix of fatty methyl esters, alkanes, nonanal, octanol, dicyclohexylamine and butanediol).  The concentration is based on a 10:1 dilution of the GROB mixture.  The GROB mix analytes range from 0.2 - 0.5 mg/mL prior to dilution.  The prepared dilution is then analyzed with a split ratio of 100:1. (Section II. 2-Dimensional gas chromatograph (GC x GC), points 1 & 3: sole source requirement for a quad-jet, dual stage design for an entire sample/standard)
    5. To demonstrate the GCxGC separation of compounds with similar mass spectral properties, a test with a 21 component terpene mix (SPEX CertiPrep, part # CAN-TERP-MIX2) with a concentration of 100 ug/mLwill be analyzed. (Section II. 2-Dimensional gas chromatograph (GC x GC), points 1 & 3: sole source requirement for a quad-jet, dual stage design for an entire sample/standard).      
    
    5.   Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".
    
    6.    Ownership of Intellectual Property:
    
    Contractor owns all proprietary rights on Firmware and hardware sold within this contract.
    
    7.   The period of the proposed contract:
    
    The proposed contract is from the date of contract award, to March 31st, 2017.
    
    8.   A cost estimate of the proposed contract:
    
    The estimated value of the contract is $343,570.00 (GST/HST extra).
    
    9.   Name and address of the pre-identified supplier:
    
    Leco Instruments ULC
    2205 Dunwin Drive, 
    Mississauga,Ontario
    L5L 1X1
    
    10.   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.
    
    11.   The closing date fora submission of a statement of capabilities:
    
    The closing date and time for accepting statements of capabilities is February 3rd, 2017 at 2:00 P.M. AST.
    
    12.   Inquiries and statements of capabilities are to be directed to:
    
    Nancy Dunphy
    Supply Officer
    Public Works and Government Services Canada
    Acquisitions Branch
    1713 Bedford Row
    Halifax, Nova Scotia
    Telephone:    902-496-5481
    Facsimile:     902-496-5016
    E-mail address:  nancy.dunphy@pwgsc.gc.ca
    
    This PWGSC office provides procurementservices to the public in English.
    
    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 ContractAward 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 ofcapabilities 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.
    
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • 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:

    • Goods Purchased on a Commodity Market

    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
    Dunphy, Nancy
    Phone
    (902) 496-5481 ( )
    Fax
    (902) 496-5016
    Address
    1713 Bedford Row
    Halifax, Nova Scot, B3J 3C9

    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
    Nova Scotia
    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: