GC-HS High Resolution Mass Spectrom

Solicitation number H4004-173710/A

Publication date

Closing date and time 2018/01/05 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / 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: 
    ISO-MASS SCIENTIFIC INC
    #140, 5700 - 1 Street S.W.
    Calgary Alberta
    Canada
    T2H3A9
    Nature of Requirements: 
    
    GC-HS High Resolution Mass Spectrom
    
    H4004-173710/A
    Choquette, Herb
    Telephone No. - (613) 536-4874 
    Fax No. - (613) 545-8067 
    
    GC-HS High Resolution Mass Spectrometer
    
    A. 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. 
    
    B. Definition of the requirement 
    The Food Laboratory Ontario of the Regulatory Operations and Regions Branch (RORB), Health Canada, requires a High Resolution Gas Chromatography-Mass Spectrometry (HR-MS) system.
    
    C. For assessment of the Statement of Capabilities (Minimum Essential Requirements) the following must be met:
    
    1.0  High Resolution Gas Chromatography Mass Spectrometry (HR-MS) System
    
    1.1  GENERAL
    a) The system must be new and based on double-focusing sector-type MS technology and include an autosampler and PC-based data system
    
    1.2  AUTOSAMPLER
    
    a) Must be programmable from the data system (in addition to remote starting and stopping of the system, the control must include number of injections per sample or calibration, rinse volumes, and rate of injection)
    i. Autosampler must be capable of automated injections on a split/splitless inlet
    b) Must provide adequate wash cycles to prevent sample carry-over or contamination (must be programmable from the data system)
    c) Autosampler must be able to provide temperature control of vial trays (e.g. water cooling) to maintain a suitable temperature and prevent sample evaporation
    
    1.3  GAS CHROMATOGRAPH (GC)
    a) GC oven must be capable of temperatures up to 450oC and be multi-level temperature programmable
    b) GC oven must be able to accommodate temperature ramps/holds
    i. GC must be capable of accommodating a splitless (pressure programmable) inlet
    c) Must be interfaced with MS via a heated transfer line
    
    1.4  IONIZATION
    a) Must include an electron ionization (EI) source
    b) EI source must be capable of generating electron energies of  at least 40 eV
    
    1.5  MASS SPECTROMETER (MS)
    a) MS must be based on double-focusing, sector type technology
    b) MS vacuum system must consist of rotary-vain foreline pump(s) along with turbomolecular pump(s) in order to obtain sufficiently high vacuum
    c) Must scan over a range of 2-1200 daltons at full accelerating voltage
    d) System must allow exchange of ion volume and filament without venting
    
    1.6  DATA SYSTEM & SOFTWARE
    a) Must include Microsoft Windows 7 operating system and Microsoft Office
    b) Hard drive must have a capacity of at least 1TB
    c) Must include software capable of setting parameters in the GC, autosampler, and MS that will allow for unattended operation (i.e. overnight runs)
    d) Must have an automated data processing and quantification package that allows for manual integration of peak areas with automatic updating of quantification results
    
    1.7  MANDATORY PERFORMANCE SPECIFICATIONS
    a) Sensitivity:
    i. A 20 fg injection of 2,3,7,8-tetrachlorodibenzodioxin (TCDD) must give a signal-to-noise ratio = 200:1 (where noise is equivalent to 4 standard deviations, i.e. 4s) on unsmoothed raw data for the most abundant 2,3,7,8-TCDD mass (m/z 321.8930)
    
    D. Applicability of the trade agreement(s) to the procurement 
    This procurement is subject to the following trade agreement(s) 
    o Canada Free Trade Agreement (CFTA)
    o North American Free Trade Agreement (NAFTA)
    o World Trade Agreement (WTO)
    
    E. Justification for the Pre-Identified Supplier 
    
    1.0      Government Contracts Regulations Exception(s) 
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection subsection 6(d) - "only one person is capable of performing the work").
    
    2.0      Exclusions and/or Limited Tendering Reasons 
    The following exclusion(s) and/or limited tendering reasons are invoked under the 
    
    a.   CFTA Article: 513  b. the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons: 
      (iii) due to an absence of competition for technical reasons;
    
    b.   North American Free Trade Agreement (NAFTA) Article 1016.2.b - 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;
    
    c.    World Trade Organization - Agreement on Government Procurement (WTO-AGP) Article XV1.(b) when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    
    F. Delivery date: 
    The equipment must be delivered by 30 March 2018.
    
    G. The estimated value of the contract is $600,000.00 (GST/HST extra). 
    
    H. Name and address of the pre-identified supplier:
    
    Isomass Scientific Inc. 
    140, 5700-1 Street S.W. 
    Calgary. AB
    T2H 3A9
    
    I. Suppliers' right to submit a statement of capabilities: 
    Suppliers who consider themselves fully qualified and available to provide the goods, 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.
    
    J. Closing date for a submission of a statement of capabilities: 
    The closing date and time for accepting statements of capabilities is. 3 January 2018 at 2:00 p.m. EST). 
    
    K. Inquiries and submission of statements of capabilities 
    Inquiries and statements of capabilities are to be directed to: 
    
    Herb Choquette
    Supply Team Leader
    Public Works and Government Services
    86 Clarence St., 2nd Floor
    Kingston, Ontario
    K7L 1X3
    Telephone: 613-536-4874 
    Facsimile: 613-545-8067
    E-mail: Herb.Choquette@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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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
    Choquette, Herb
    Phone
    (613) 536-4874 ( )
    Email
    herb.choquette@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

    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
    Ontario (except 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: