Genome Sequencer System

Solicitation number W0114-145087/A

Publication date

Closing date and time 2013/12/31 14:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    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: 
    Illumina Canada, Inc.
    5200 Illumina Way
    San Diego California
    United States
    92122
    Nature of Requirements: 
    Genome Sequencer System
    
    W0114-145087/A
    Semple, Patrick
    Telephone No. - (613) 530-3117 (    )
    Fax No. - (613) 545-8067
    
    
    1.  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. 
    
    2.  Requirement:  Genome Sequencing Sequencing System
    
    The Royal Military College of Canada (RMC) located in Kingston,
    ON has a requirement for the supply, delivery, installation, and
    training of a MiSeq Genome Sequencing System manufactured by
    Illumina Canada Inc., to the Royal Military College (RMC)  of
    Canada, Kingston, ON, before March 31, 2014.
    
    The Environmental Toxicology and Endocrinology Laboratory of the
    Royal Military College of Canada leads several genomics-related
    research projects, especially focused on transcriptomics and
    epigenetics. The Environmental Toxicology and Endocrinology
    Laboratory works in collaboration with researchers from the
    Department of National Defense, Environment Canada, and
    Fisheries and Oceans Canada.
    
    RMC requires to purchase a transcriptome sequencer for research.
    After careful consideration of all instruments currently
    available on the Canadian market, only the Illumina Mi-Seq
    platform has all the needed requirements to fit RMC's research
    needs.  The main goal of the Environmental Toxicology and
    Endocrinology Laboratory is to decipher the molecular mechanisms
    of action of environmental pollutants in vertebrates. Due to the
    limitations in assessing 1-3 gene(s) at the time using real-time
    RT-PCR (simplex or multiplex) or to use sequenced genome animals
    to develop microarray platforms, the development of de novo
    libraries of sequence data from the whole transcriptome of
    treated animals have become the most economic and rapid approach
    in aquatic ecotoxicogenomics. Illumina MiSeq has developed the
    most robust technology that shows success in several papers
    published in the field of aquatic toxicology. The MiSeq system
    offers an accurate benchtop sequencer which is user friendly
    that integrates amplification, sequencing and data analysis in
    one instrument. This ease of use and the versatile applications
    allowed with the MiSeq will allow the equipment to be
    efficiently used by multiple labs, including the Environmental
    Science Group of the Royal Military College of Canada. The
    Environmental Toxicology and Endocrinology Laboratory is
    currently developing pioneer research in epigenetics in
    non-mammalian species which require the sequencing of a wide
    variety of samples. All together, the rapidity, the accuracy,
    the ease of use, the versatility, the robustness, and the
    chemistry technology engineering make the MiSeq the ideal system
    to meet all the requirements. 
    
    
    3.  Criteria for assessment of the Statement of Capabilities
    (Minimum Essential Requirements)
    
    Due to the nature of RMC's research of working with massive
    genome sizes, it is imperative that the instrument is fast,
    efficient and highly accurate in order to keep up with the large
    amount of samples that must be processed. The Sequencer System
    must:
    
    	- produce an average of 25 million high-quality filtered reads 
    	- generate over 50 million paired end reads of up to 300 bases
    pairs for each read
    	- produce 15 Gb of high quality data output per run in as
    little as a 4 hour run 
    	- do competitive nucleotide addition with a proprietary
    reversible terminator technology 	                which allows
    for highly accurate sequencing even through homopolymeric
    regions 
    	-  The system must be able to be run remotely on the internet
    with a standard web browser 	    using a cloud computing
    environment as well as have the ability to stream data to the  
    		    cloud eliminating the need for onsite data storage and
    dedicated analysis computers. 
    
    The Sequencer System must offer the flexibility to do
    transcriptome sequencing, targeted sequencing and small RNA
    sequencing.
    
    
    4.  Applicability of the trade agreements to the procurement
    
    This procurement is subject to the following trade agreement(s): 
    
    Agreement on Internal trade (AIT)
    North American Free Trade Agreement (NAFTA)
    Canada FTAs with Peru/Colombia/Panama 
    
    5.  Justification for the Pre-Identified Supplier
    
    The Illumina MiSeq system is the only system that meets all the
    above essential requirements. In aquatic molecular biology. The
    Illumina Mi-Seq System is one of the most used systems (Mehinto
    et al., 2012 Frontiers in Genetics, 3(62) 1-10). Illumina's
    sequencing by synthesis (SBS) chemistry is the demonstrated
    leader in data accuracy, a quality that is essential when
    dealing with vast number of samples. For comparison and
    continuity sake, it is crucial that RMC uses the same system as
    their research colleagues to allow compatible data output in
    order to allow metagenomics analysis. Lastly, Illumina is the
    only system that enables Users the ability to monitor their
    Mi-Seq run remotely on the internet with a standard web browser
    using BaseSpace, a cloud computing environment as well as stream
    the data to BaseSpace eliminating the need for onsite data
    storage and dedicated analysis computers. BaseSpace also
    provides instant, web-based data management, archival, analysis,
    and sharing capabilities. Being a Federal and Military
    University with restricted access after normal working hours,
    this Mi-Seq feature is required to allow personal to work on
    their dataset when the laboratory is closed. 
    
    6.  Government Contract Regulations Exception
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection:  subsection
    6(d) - "only one person is capable of performing the work".
    
    
    7.  Limited Tendering Reasons
    
    The following limited tendering reasons are invoked under the:
    
    Agreement on Internal Trade (AIT) - Article  506-12 (b); Where
    there is an absence of competition for technical reasons and the
    goods or services can be supplied only by a particular supplier
    and no alternative or substitute exists.
    
    North American Free Trade Agreement (NAFTA) - Article 1016:
    Limited Tendering Procedures;
    (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;
    
    
    8.  Period of the Proposed Delivery Date
    
    The equipment must be delivered on or before March 31, 2014.
    
    
    9.  Cost estimate of the proposed contract
    
    The estimated value of the contract, including option(s), is
    $100,000.00 - $150,000.00 (GST/HST extra).	
    
    
    10.  Name and address of the pre-identified supplier
    
    Illumina Canada Inc.
    5200 Illumina Way 
    San Diego
    California
    United States , 92122
    
    11.  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.
    
    
    12.  Closing date for a submission of a statement of
    capabilities is Tuesday, 31th  December 2013,
    at 14:00 Eastern Standard Time
    
    13.  Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Patrick Semple
    Intern Officer
    Public Works and Government Services Canada,
    Acquisitions Branch
    86 Clarence Street,
    Kingston, Ontario, K7L 1X3
    Telephone: 	613-530-3117
    Facsimile:  	613-545-8067
    E-mail address: patrick.semple@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

    • 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)

    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
    Semple, Patrick
    Phone
    (613) 530-3117 ( )
    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

    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)
    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: