Acid Steam Cleaning System for ICP-MS digestion Vessels

Solicitation number H4004-213744/A

Publication date

Closing date and time 2021/10/18 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    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: 
    ATS Scientific Inc.
    4030 MAINWAY
    BURLINGTON Ontario
    Canada
    L7M4B9
    Nature of Requirements: 
    
    Acid Steam Cleaning System for ICP-MS digestion Vessels 
    
    H4004-213744/A
    Weaver, Tammy
    Telephone No. - (613) 484-1809 (    )
    Fax No. - (613) 545-8067 (    )
    
    1. Advance Contract Award Notice (ACAN) Explanation
    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.
    2. Requirement 
    Health Products Laboratory Toronto requires the purchase and installation of an acid steam cleaning system for ICP-MS (inductively coupled plasma mass spectrometry) digestion vessels.
    Health Products Laboratory Toronto conducts routine and non-routine ICP-MS analysis to detect and quantify heavy metals and other elements in pharmaceutical and natural health products at levels as low as parts per billion. This work requires rigorous control of labware and analytical blanks, which are often the primary source of error and the limiting factor for trace analysis. In particular, the digestion vessels used to prepare samples for ICP-MS analysis are a common source of contamination, and they must be cleaned carefully and thoroughly between uses. Health Products Laboratory Toronto currently uses a manual cleaning process for ICP-MS digestion vessels.
    
    3. Criteria for Assessment of the Statement of Capabilities
    
    3.1 Minimum Essential Requirements:
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
    
    General
    
    The Acid Steam Cleaning System must have the following features and specification requirements:
    1. REQUIREMENTS
    1.1. Specifications
    
    1.1.1. The Contractor must supply and install equipment meeting the requirements stated below and provide related documentation.
    
    1.1.2. A minimum one (1) year warranty covering the full system must be provided.
    
    1.1.3. The equipment offered, including all internal components, must be new. No old instrument, demonstrator model, or refurbished parts will be accepted.
    
    1.1.4. The Contractor guarantees that they will provide full support for the instrument, and will offer all replacement parts for purchase as needed.
    
    1.1.5. Trained technical personnel must be available for technical assistance services in English.
    
    1.1.6. The Contractor must provide full training on the system at the time of installation.
    
    1.2. Specifications and Standards
    
    System requirements
    1.2.1. The system must use a high-temperature stream of distilled nitric acid vapours to clean and remove trace metal contamination from laboratory vessels.
    
    1.2.2. The system must include a recirculating fan to ensure constant airflow and a high rate of acid re-condensation.
    
    1.2.3. The system must be suitable for the cleaning of MARS Xpress digestion vessels (CEM Corporation) as well as other glassware and ICP-MS accessories.
    
    1.2.4. The system must be capable of cleaning at least ten (10) MARS Xpress digestion vessels at a time.
    
    1.2.5. The system must be capable of completing a standard cleaning cycle within 90 minutes.
    
    1.2.6. The mechanism that opens and closes the cleaning compartment must be automated to allow for easy and unobstructed access during loading and unloading.
    
    1.2.7. The heating system for the acid reservoir must be capable of automated temperature control and must detect and prevent overheating.
    
    1.2.8. The system must include a built-in exhaust and cooling system to prevent the release of acid vapours.
    
    1.2.9. The system must be programmable with the following minimum capabilities:
    1.2.9.1. The system must include a display and an input device (e.g. touch screen) for control of program settings.
    1.2.9.2. The system must have the capability to set a program for the temperature and duration of cleaning.
    1.2.9.3. The system must have the capability to save and recall at least ten (10) cleaning programs.
    
    1.2.10. The system must include a pump system for filling the acid reservoir with fresh reagent and for cleaning used acid out of the reservoir. The pump system must be fully controlled through the system’s display and input device so that the user is protected from contact with the acid.
    
    1.2.11. The system must come with a laboratory bench suitable for its installation and operation.
    1.2.11.1. The bench must have dimensions of at least 200 cm (length) by 75 cm (depth).
    1.2.11.2. The bench height must be between 75 and 92 cm.
    1.2.11.3. The bench must have a capacity of at least 135 kg.
    1.2.11.4. The bench must be equipped with wheels or castors allowing it to be readily moved within the laboratory.
    1.2.11.5. The bench must have a non-absorbent, inert surface (e.g. phenolic resin).
    
     
     4.            Applicability of Trade Agreements
    The requirement is subject to the following Trade Agreement:  
    Canadian Free Trade Agreement (CFTA), 
     5.           Justification for the Pre-Identified Supplier
    The Milestone TraceCLEAN acid steam cleaning system automates the cleaning process. Using this system at Health Products Laboratory Toronto will improve the reliability of ICP-MS analysis by ensuring thorough, consistent cleaning of all digestion vessels. The system will further increase efficiency by reducing the amount of ultra-pure reagents used in the cleaning process, and by reducing the amount of time spent by laboratory staff on vessel cleaning. Furthermore, the system will improve laboratory safety by greatly reducing the risk of exposure to hot acid fumes.
    
    6.           Government Contracts Regulations Exception
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "Only one person or firm is capable of performing the contract."
    7. Exclusions and/or Limited Tendering Reasons
    The following exclusion(s) and/or limited tendering reasons are excluded under the section of the trade agreement(s) specified:
    Canadian Free Trade Agreement (CFTA) - Article 513, 1b(iii) where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist due to an absence of competition for technical reasons;
    8. Delivery Required  
    Delivery required: 31 December 2021
    
    9. Cost estimate of the proposed is
    $41,730.90 inclusive of GST/HST.
    
    10. Name and Address of the Pre-Identified Supplier
    ATS Scientific Inc.
    4030 Mainway
    Burlington, Ontario
    L7M 4B9
    
    11. Supplier’s right to submit a statement of capabilities
    Suppliers who consider themselves fully qualified and available to provide the services and/or 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.
    
    12. The closing date for a submission of a statement of capabilities:
    The closing date and time for accepting statement of capabilities is 18 October 2021 (EDT) at 2:00 p.m.
    
    13. Inquiries and submission of statements of capabilities
    Inquiries and statement of capabilities are to be directed to:
    Tammy Weaver
    Supply Specialist
    Public Works and Government Services Canada
    Acquisitions Branch
    
    Telephone:  613-484-1809
    E-mail:: Tammy.Weaver@tpsgc-pwgsc.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

    • Canadian Free Trade Agreement (CFTA)

    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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Weaver, Tammy
    Phone
    (613) 484-1809 ( )
    Email
    tammy.weaver@pwgsc-tpsgc.gc.ca
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Bidding details

    Summary information

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