Spectrometer

Solicitation number W4938-21332G/A

Publication date

Closing date and time 2021/03/01 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / 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: 
    THERMO FISHER SCIENTIFIC (MISSISSAUGA) INC.
    2845 Argentia Rd
    Unit 4
    Mississauga Ontario
    Canada
    L5N8G6
    Nature of Requirements: 
    
    Spectrometer
    
    W4938-21332G/A
    Choquette, Herb
    Telephone No. - (613) 449-8446 
    
    Nature of Requirements: 
    Orbitrap Exploris 120 Hybrid High Resolution Accurate Mass Spectrometer (HRAM) with High Pressure Liquid Chromatography (HPLC) system
    2. Definition of the requirement 
    The Royal Military College of Canada has a requirement for the supply, delivery, installation of one (1) Orbitrap Exploris 120 Hybrid High Resolution Accurate Mass Spectrometer (HRAM) with Vanquish Flex High Pressure Liquid Chromatography (HPLC) system. The Orbitrap Exploris 120 is a high performance benchtop quadrupole Orbitrap system based on the combination of hyberbolic quadrupole technology combined with Orbitrap analyzer technique. Implementation of a quadrupole mass filter in front of the curved ion trap (C-Trap) allows for precursor ion selection and hence for Mass Spectrometer/Mass Spectrometer and Single Ion Monitoring (SIM) scan modes besides the ability of full MS mode. In addition the high sensitivity S-lens ion source, with the implementation of enhanced Fourier-Transform (FT) transient processing, further increase of scan speed and resolving power can be achieved.  Together with the new and unique scan type of spectra multiplexing, where multiple preselected precursors are collected in the C-Trap for simultaneous high resolution detection in the Orbitrap, further reduction of cycle time can be accomplished. 
    The data analysis software package included with this purchase, will allow analysis of data from a variety of samples.
    The purchase price shall include installation, training, and 1 year warranty.
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    Any interested supplier must demonstrate by way of a statement of capabilities that its equipment meets the following requirements: 
    A. The system must offer at least 120,000 resolution (FWHM) at m/z 200 (scan rate) 
    B. The system must offer Orbitrap-based Fourier-Transform Mass Spectrometer (FT-MS) providing high resolution, high mass accuracy, and high sensitivity.
    C. The system must analyze Mass range: 40-3000 Da and must maintain mass accuracy within specification
    D. The system must offer a scan speed of up to 22 Hz
    E. The system must offer multiple Scan modes including Targeted Single Ion Monitoring (tSIM), Full Scan, and Targeted Mass Scan (t-MS2)
    F. The system must offer Mass Accuracy
    I.  < 3 ppm RMS error with external calibration
    II.  < 1 ppm RMS error with internal calibration
    G. The Hyperbolic quadrupole mass filter must offer precursor ion selection with variable precursor isolation width from 0.4 to 1,200 Da. MS/MS precursor ion selection from m/z 40 to 2000
    H. The system must offer Polarity Switching with one full positive and negative scan cycle under 1.4 Hz at a resolution setting of 60,000 (at m/z 200)
    I. The system must offer Spectra Multiplexing
    I. Analyzing up to 20 different selected precursors in one Orbitrap scan for tSIM
    II. Up to 10 Hz high resolution accurate mass MS/MS
    J. The system must have the ability to pair with Vanquish Flex Binary UHPLC LC-MS front end system.
    K. The HPLC system must be from the same vendor as the MS listed above to ensure seamless integration between the sample introduction instrument (HPLC) and the mass analyzer (MS).
    L. The HPLC must have at least a 2-channel binary pump capable of delivering high pressure (0-600 bar) gradient
    M. The HPLC system must have an autosampler capable of using 1.5 mL or 2 mL HPLC vials to rapidly analyze samples
    N. The HPLC system must have a heated column compartment from ambient up to 50 C
    5. Justification for the Pre-Identified Supplier 
    ThermoFisher Scientific (Mississauga) Inc. is the only manufacturer that can provide one (1) Q Extractive Basic Mass Spectrometer System that has the capability to meet the minimum essential requirements. The Q Extractive Basic Mass Spectrometer System is the only benchtop MS instrument equipped with a quadrupole coupled to an Orbitrap analyzer that can reach more than 100,000 FWHM (full width half maximum) resolution with tandem MS capability. The Q Extractive Basic Mass Spectrometer is the only mass spectrometer that combines quadrupole and C-trap-Orbitrap mass analyzer technologies together.
    6. Government Contracts Regulations Exception(s) 
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".
    7. Exclusions and/or Limited Tendering Reasons 
    The following exclusion(s) and/or limited tendering reasons are invoked under the: 
    Canadian Free Trade Agreement (CFTA) ? Article 513: 1(b) (iii) 
    World Trade Organization - Agreement on Government Procurement (WTO-AGP)  Articles VII through XIV
    8. Period of the proposed contract or delivery date 
    The equipment must be delivered, installed, and training complete by March 31, 2021 
    
    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)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Choquette, Herb
    Phone
    (613) 449-8446 ( )
    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
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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.