SAP Ariba system maintenance

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

  • Saturday, Apr 20 from 7:00 pm until 11:00 pm (Eastern Time) 

SCIENTIFIC LAB SERVICES

Solicitation number F5240-120005/A

Publication date

Closing date and time 2012/08/07 13:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    N B Research & Productivity Council
    921 College Hill Road
    Fredericton New Brunswick
    Canada
    E3B6Z9
    Nature of Requirements: 
    SCIENTIFIC LAB SERVICES
    
    F5240-120005/A
    Collier, Susan
    Telephone No. - (902) 496-5350 
    Fax No. - (902) 496-5016
    
    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 competitive
    requirements of the government's contracting policy have been
    met. Following notification to suppliers not successful in
    demonstrating that their statement of capabilities meets the
    requirements set out in the ACAN, the contract may then be
    awarded using the Treasury Boards electronic bidding
    authorities. 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.
    
    Background: The St Andrews Biological Station (SABS) Coastal
    Ecology Science Division (CESD) is responsible for conducting
    research and providing science-based advice to Fisheries,
    Habitat, Oceans and Aquauculture Management in support of
    Fisheries and Oceans Canada (DFO) Corporate Business Plan.  Much
    of this research is funded through various internal,
    collaborative and external funding agreements with durations of
    1-3 years.
    
    1.    Definition of requirement: The Department of Fisheries and
    Oceans (DFO), located in St. Andrews, New Brunswick requires a
    high level of expertise in Scientific Lab Services Feld Sampling
    collection. It is a requirement that the lab meets the varied
    requirements of SABS' programs including but not limited to:
    DNA, molecular biology, virology, bacteriology. These services
    are provided by technicians, biologists, chemist, geneticists,
    and statisticians, etc.
    
    Recently, Department of Fisheries and Oceans Science has
    refocused its mandate toward enhanced habitat research which
    will increase the need for analysis of environmental conditions
    in a lab setting.
    
    Field Sampling Collection would be limited to areas along:
    Shores of Passamaquoddy Bay, Fundy Bay, and the islands within
    the Bays such as the Fundy Islands (Deer Island , Grand Manan
    and Campobello). The contractor may also be provided with
    samples as determined by Department of Fisheries and Ocean
    employees (this would be when DFO employees have collected
    samples and ship them to the Contractor).
    
    
    
    
    
    
    2.    Description of the work:
    
    TASK AUTHORIZATIONS
    The overall goal of this project is field sampling collection.
    Specifically, the Contractor will: 
    
    Analytical Chemistry:
    
    Task	Unit of Billing	Frequency might use over 3-year period
    Organic 		
    PCBs in water, sediment and biota	Per sample / volume of
    samples	Infrequent
    PAH and Alkyl PAH in water sediment and biota	Per sample /
    volume of samples	Infrequent
    Phenols and alkyl Phenols in water and sediment	Per sample /
    volume of samples	Infrequent
    Hydrocarbons in water and sediment	Per sample / volume of
    samples	Infrequent
    VOC in water and sediment	Per sample / volume of
    samples	Infrequent
    Pesticide Residues in water sediment and biota	Per sample /
    volume of samples	100
    Dioxins and Furans in water, sediment and biota	Per sample /
    volume of samples	50
    Brominated Flame Retardants in water, sediment and biota	Per
    sample / volume of samples	Infrequent
    Antibiotic Residues in biota	Per sample / volume of
    samples	Infrequent
    Inorganic		
    General Chemistry in water	Per sample / volume of samples	390
    Trace Metals (31 element analysis) in water, sediment and
    biota	Per sample / volume of samples	300
    Specialty Trace Metals analysis (i.e. otoliths)	Per sample /
    volume of samples	50
    Mercury (total and Methyl Mercury) in water, sediment and
    biota	Per sample / volume of samples	Infrequent
    Grain Size in sediment	Per sample / volume of samples	Infrequent
    Food		
    Nutritional Analysis	Per sample / volume of samples	300
    Fat Analysis	Per sample / volume of samples	300
    Protein	Per sample / volume of samples	450
    Fish Health Services:		
    RT-PCR (One step) includes specimen extraction, amplification
    and detection)	Per sample / volume of samples	600
    PCR (only)	Per sample / volume of samples	100
    qRT-PCR (quantitative real-time RT-PCR) (includes specimen
    extraction, amplification and quantification)	Per sample /
    volume of samples	300
    qPCR (quantitative real-time PCR) (includes specimen extraction,
    amplification and quantification)	Per sample / volume of
    samples	50
    DNA extraction (only)	Per sample / volume of samples	150
    DNA sequencing (from purified PCR product, raw sequencing files,
    no analysis)	Per sample / volume of samples	Infrequent
    Total RNA extraction (only)	Per sample / volume of samples	150
    RT (reverse transcription) (per RNA sample)	Per sample / volume
    of samples	Infrequent
    Technical tasks, laboratory (e.g. method development)	Per sample
    / volume of samples	300
    Real-time PCR (semi-quantitative) (includes specimen extraction,
    amplification and detection)	Per sample / volume of samples	300
    Real-time RT-PCR (semi-quantitative) (includes specimen
    extraction, amplification and detection)	Per sample / volume of
    samples	Infrequent
    Virus isolation (no RT-PCR confirmation)	Per sample / volume of
    samples	300
    Viral culture in flask, 50ml	Per sample / volume of samples	300
    Viral titration (per culture or per cell line)	Per sample /
    volume of samples	300
    Virology (two cell lines)	Per sample / volume of
    samples	Infrequent
    Virology (additional cell lines)	Per sample / volume of
    samples	Infrequent
    Necropsy (post-mortem examination)	Per sample / volume of
    samples	Infrequent
    Bacterial culture presumptive ID and propagation	Per sample /
    volume of samples	Infrequent
    Bacterial characterization	Per sample / volume of
    samples	Infrequent
    Parasite culture presumptive ID and propagation	Per sample /
    volume of samples	Infrequent
    Antibiotic sensitivity testing	Per sample / volume of
    samples	Infrequent
    ELISA assays (per sample (1-5) (>5))	Per sample / volume of
    samples	Infrequent
    Na+, K+, ATPase testing	Per sample / volume of samples	600
    water analysis (dissolved oxygen, TAN, nitrite, nitrate, metals,
    pesticides, aquaculture pharmaceuticals, temperature,
    alkalinity, hardness, salinity/conductivity, etc.)	Per sample /
    volume of samples	100
    Genotyping:		
    Salmon USFWS "continent of origin" protocol (per sample)	per
    hour	Infrequent
    Genotyping - high-throughput genotyping using well developed
    highly variable microsatellite and microarray panels for a range
    of salmonids and finfish species - one multiplex (per
    sample)	per hour	900
    Genotyping - high-throughput genotyping using well developed
    highly variable microsatellite and microarray panels for a range
    of salmonids and finfish species- two multiplexes (per
    sample)	per hour	150
    Wildlife genotyping - for court, Standards Council of Canada
    accredited method) (per sample)	per hour	Infrequent
    Custom Genotyping - developing a robust panel of genotyping
    markers for various species of aquatic animals including salmon,
    haddock, cod, halibut, mussels, oysters, sea urchin, etc.
    (depends on species and number of markers required-quoted on as
    necessary)	per hour	Infrequent
    Broodstock analyses and development-consultation 	per hour	60
    Population (genetic) studies- inbreeding, relatedness,
    parentage/pedigree analysis (per hour)	per hour	60
    Molecular Biology Research and Development:		
    Writing protocols, project reports	All inclusive rate (include
    per hour, materials and travel to meetings)	120
    Assist or lead in development of experimental design	All
    inclusive rate (include per hour, materials and travel to
    meetings)	120
    Assist or lead in development of a test or method	All inclusive
    rate (include per hour, materials and travel to meetings)	120
    Epidemiological study design	All inclusive rate (include per
    hour, materials and travel to meetings)	Infrequent
    Statistical data analysis	All inclusive rate (include per hour,
    materials and travel to meetings)	120
    Data analyses, not statistic  	All inclusive rate (quoted by
    job: per hour, materials)	60
    Vaccine development 	All inclusive rate (quoted by job: per
    hour, materials)	Infrequent
    Vaccines and therapeutants testing and validation (depend on
    extend of validation, quoted by job)	(feed, labor)
    (/kg/m3/day)	Infrequent
    Animal holding*  (includes tank and effluent treatment, feed,
    labor) (/kg/m3/day) -	'effluent treatment' refers to the process
    of  decontaminating pathogen agents in the discharge water and
    solid waste (decontaminate = a process by which specific
    pathogens are rendered non-infectious) * consistent with CCAC
    (Canadian Council on Animal Care)requirements	All inclusive rate
    (include per hour, materials and travel to meetings)	Infrequent
    Sampling:		
    Sample collection from a laboratory study 	per fish/per tissue
    by volume	300
    Sample collection on field 	All inclusive of person time, travel
    and expenses for contractor	300
    Trips to field site	All inclusive of person time, travel and
    expenses for contractor	36
    Sample collection by boat (per boat hr)	All inclusive of person
    time, travel and expenses for contractor	Infrequent
    Note: sample collection would be limited to areas along the
    Fundy Coast (Moncton to St. Stephen) and the Fundy Islands.
    Collections by boat would be in Passamaquoddy Bay,  Bay of Fundy
    and around aquaculture sites within those Bays.		
    
    
    3.    Criteria for assessment of the Statement of Capabilities
    
    Minimum Essential Requirements
    
    The St Andrews Biological Station (SABS) Coastal Ecology Science
    Division (CESD) requires Quality Assurance/Quality Controlled
    analytical data.  The ideal is an intenationally recognised data
    generation standard, such as the International Standards
    Organisation (ISO) 17025 protocol.  This applies to organic and
    inorganic chemistry, feeds analysis, fish pathogen, genetics and
    molecular biology analyses.  In order for CESD to incorporate
    results into policy and regulatory decision-making advice, a
    forensic (continuity of evidence/specimen tracking) is required.
     
    
    It is a requirement that the lab meets the varied requirements
    of SABS' programs including but not limited to: DNA, molecular
    biology, virology, bacteriology.
    
    
    
    
    
    
    
    
    4. Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreement(s):
    
    Agreement on Internal Trade (AIT)
    
    5.    Justification for the Pre-Identified Supplier
    
    Research and Productivity Council (RPC) have the experience and
    expertise required to deliver the services and are the only
    laboratory situated within the Atlantic Provinces within driving
    distance that has the capabilities to complete bacteriology
    studies and other sampling which are required. In order to avoid
    duplication of analytical laboratory services that can be
    accessed externally, SABS hasassessed local research
    laboratories for: (a) accessibility; (b) familiarity with marine
    research requirements (note: fundamental differences are
    required for saltwater versus freshwater aquatic sample
    analyses); and (c) established quality assurance/quality control
    for analytical methods (e.g., ISO 17025). The Research and
    Productivity Council, an agency of the province of New
    Brunswick, is the sole facility that can provide all the
    services listed in F5240-120005 based on infrastructure,
    analytical expertise and quality controlled data production
    systems.
    
    6. Government Contracts Regulations Excemption(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.
    
    7. Ownership of Intellectual Property
    
    Canada intends to retain ownership of any Foreground
    Intellectual Property arising from the performance of the Work
    under the proposed contract on the basis that the main purpose
    of the contract, or of the deliverables contracted for, is to
    generate knowledge and information for public dissemination.
    
    8. Period of the proposed contract or the delivery date(s)
    
    As indicated above under description of work. We cannot furnish
    specific start and end dates.  Each project undertaken using
    this Task Authorization will encompass a Collaborative Agreement
    with specified deliverables, milestones and end dates.
    
    Depending on the projects, could be electronic files, hard copy
    file and or both.
    Note: Whenever practical and economically feasible, submissions,
    reports or written communication will be made on recycled,
    double sided paper or on disk, where appropriate.
    
    
    
    
    9 A cost estimate of the proposed contract
    
    The cost estimate of the proposed contract, is $100,000.00 per
    year for three (3) years . A total estimate of $300,000.00 HST
    extra.
    
    10.     Name and Address of pre-identified supplier 
    
    Research and Productivity Council (RPC)
    921 College Hill Road
    Fredericton, New Brunswick   E3B 6Z9
    
    11.    Submission of Statement of Capabilities
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described in the ACAN, may submit
    a statement of capabilities in writing to the Contracting
    Officer 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.
    Statement of capabilities received after the mentioned delay
    will not be considered.
    
    Suppliers that have submitted a response will be notified in
    writing of Department's decision whether to continue with the
    aforementioned procurement or to complete the requirement.
    
    The Agency File Number, the Contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope or, in the case of a facsimile transmission, on the
    covering page.
    
    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
    will not be construed as a proposal. Your written response must
    provide sufficient evidence that clearly demonstrates that your
    service is capable of fulfilling this requirement.
    
    12.    Closing Date and time for Submissions
    
    Submissions must be received on or by August 7th, 2012.
    
    14.    Inquiries and submission of statements of capabilities
    
    Susan Collier
    Supply Specialist | Spécialiste en approvisionnement
    Acquisitions  | Approvisionnements 
    Public Works and Government Services Canada | Travaux publics et
    Services gouvernementaux Canada
    1713 Bedford Row, Halifax, NS B3J 1T3 | 1713 Bedford Row 
    Halifax, (N.É.) B3J 1T3
    susan.collier@pwgsc-tpsgc.gc.ca
    Telephone | Téléphone 902-496-5350
    Facsimile | Télécopieur 902-496-5016
    Teletypewriter | Téléimprimeur 1-800-926-9105
    Government of Canada | Gouvernement du Canada
    
    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.
    
    This PWGSC office provides procurement services 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 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)

    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
    Collier, Susan
    Phone
    (902) 496-5350 ( )
    Fax
    (902) 496-5016
    Address
    1713 Bedford Row
    Halifax, N.S./
    Halifax, (N.É.), B3J 3C9

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    New Brunswick

    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: