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) 

(PCR) Bio-threat Identification System

Solicitation number W6399-17KC24/A

Publication date

Closing date and time 2018/08/16 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: 
    Clermark Inc
    154 Forrest Ridge Crt
    Welland Ontario
    Canada
    L3C0C2
    Nature of Requirements: 
    
    (PCR) Bio-threat Identification System
    
    W6399-17KC24/A
    Littlefield, Mike
    Telephone No. - (613) 545-8058 (    )
    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. Definition of the requirement 
    
    Polymerase Chain Reaction (PCR) Bio-threat Identification System
    
    The Department of National Defence (DND) has a requirement to expand their current fleet of Polymerase Chain Reaction (PCR) Bio-threat Identification Systems located in Trenton, Ontario. The Biofire RAZOR EX is a ruggedized, field-deployable system for the detection and identification of biological warfare agents (BWAs). The system enables portable and reliable testing for BWAs using PCR Technology and the ability to test for multiple threats in a single run.
    
    DND’s immediate requirement consists of, but are not limited to, the following:
    -Twenty-four (24) complete RAZOR EX kits, in accordance with the configuration of NSN 6665-01-588-4381 
    -One-hundred twenty-five ( 125) Canadian 10-Target Pouch kits (pouch, swabs, syringes) in accordance with the configuration of NSN 6665-01-627-1050
    -One-hundred twenty-five (125) RAZOR SIM 10 kits in accordance with the configuration of NSN 6665-01-624-4065
    -A Manufacturer Recommended Spare Parts List
    -Operator/Maintenance Manuals
    -In-Service Support (ISS) for a period of two years
    
    DND’s optional requirement consists of, but are not limited to, the following:
    Within 24 months of contract award
    -Up to four (4) RAZOR EX kits in accordance with the configuration of NSN 6665-01-588-4381; (Within twenty-four (24) months of Contract Award)
    -One (1) year of additional ISS;
    -One (1) training serial;
    -Up to quantity one-hundred forty ( 140) Canadian 10-Target Pouch kits (NSN 6665-01-627-1050);
    -Up to quantity fifty (50) RAZOR Training Pouches (NSN 6550-01-565-5396);
    -Up to quantity one-hundred forty (140) RAZOR SIM 10 Kit (NSN 6665-01-624-4065);
    -Up to quantity fifty (50) RAZOR BA 3 Target Kit (NSN 6550-01-552-8454);
    -Up to quantity fifty (50) RAZOR Food Screen 3 Target Kit (NSN 6550-01-565-5395);
    -Up to quantity fifty (50) RAZOR Water Screen 3 Target Kit (NSN 6665-01-565-7365).
    
    Within 36 months of contract award
    -One (1) year of additional ISS;
    -One (1) training serial;
    -Up to quantity one-hundred forty ( 140) Canadian 10-Target Pouch kits (NSN 6665-01-627-1050);
    -Up to quantity fifty (50) RAZOR Training Pouches (NSN 6550-01-565-5396);
    -Up to quantity one-hundred forty (140) RAZOR SIM 10 Kit (NSN 6665-01-624-4065);
    -Up to quantity fifty (50) RAZOR BA 3 Target Kit (NSN 6550-01-552-8454);
    -Up to quantity fifty (50) RAZOR Food Screen 3 Target Kit (NSN 6550-01-565-5395);
    -Up to quantity fifty (50) RAZOR Water Screen 3 Target Kit (NSN 6665-01-565-7365).
    
    Within 48 months of contract award
    -One (1) year of additional ISS;
    -One (1) training serial;
    -Up to quantity one-hundred forty ( 140) Canadian 10-Target Pouch kits (NSN 6665-01-627-1050);
    -Up to quantity fifty (50) RAZOR Training Pouches (NSN 6550-01-565-5396);
    -Up to quantity one-hundred forty (140) RAZOR SIM 10 Kit (NSN 6665-01-624-4065);
    -Up to quantity fifty (50) RAZOR BA 3 Target Kit (NSN 6550-01-552-8454);
    -Up to quantity fifty (50) RAZOR Food Screen 3 Target Kit (NSN 6550-01-565-5395);
    -Up to quantity fifty (50) RAZOR Water Screen 3 Target Kit (NSN 6665-01-565-7365).
    
    Within 60 months of contract award
    -One (1) year of additional ISS;
    -One (1) training serial;
    -Up to quantity one-hundred forty ( 140) Canadian 10-Target Pouch kits (NSN 6665-01-627-1050);
    -Up to quantity fifty (50) RAZOR Training Pouches (NSN 6550-01-565-5396);
    -Up to quantity one-hundred forty (140) RAZOR SIM 10 Kit (NSN 6665-01-624-4065);
    -Up to quantity fifty (50) RAZOR BA 3 Target Kit (NSN 6550-01-552-8454);
    -Up to quantity fifty (50) RAZOR Food Screen 3 Target Kit (NSN 6550-01-565-5395);
    -Up to quantity fifty (50) RAZOR Water Screen 3 Target Kit (NSN 6665-01-565-7365).
    
    Security Provisions for Canadian Supplier:
    
    (1) The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    (2) The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
    
    
    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 product/equipment/system meets the following requirements: 
    
    General
    This specification outlines the operational performance and technical requirements for the Polymerase Chain Reaction Bio threat Identification System (PCRBIS).
    
    Definitions
    
    Detection Limit The minimum concentration of the pathogen in the sample at which the instrument will detect and identify said pathogen.
    
    Simultaneous Testing done in parallel for multiple pathogens or agents via the preparation and administration of a single sample and a single test run.
     
    Acronyms
    cfu  Colony Forming Units
    ml  Millilitre
    PCR  Polymerase Chain Reaction
    PCRBIS  PCR Bio threat Identification System
    pfu  Plaque Forming Units
    VAC  Volts, Alternating Current  
    VDC  Volts, Direct Current
    
    Operational Requirements
    The PCRBIS must:
    
    (a) Use a Polymerase Chain Reaction (PCR)-based technology as its means of detection and identification;
    (b) Be designed to be portable; 
    (c) Be colored black or olive drab for its main exterior components and;
    (d) Accommodate swab, liquid, culture, and powder samples.
    
    Technical Requirements
    
    Analysis and Identification
    The PCRBIS must;
    
    (a) Have an analysis time of thirty (30) minutes or less;
    (b) Have control analyses to avoid false negatives;
    (c) Have a detection limit of 100 cfu/ml or better for bacteria;
    (d) Have a detection limit of 1000 pfu/ml or better for viruses; and,
    (e) Test for and identify up to ten (10) targets simultaneously.
    
     
    Physical
    The PCRBIS must;
    
    (a) Weigh 12 lb. or less (including battery); 
    (b) Adhere to following dimensional constraints;
     Width 12" or less;
     Depth 6" or less; and,
     Height 8" or less.
    
    Temperature
    The PCRBIS must:
    (a) Perform analyses in temperatures ranging (as a minimum) from 0 to +40o C; and,
    (b) Be storable in temperatures ranging (as a minimum) from -33 to +70o C.
    
    Shelf Life
    The PCRBIS reagents must have a shelf life of at least 6 months, from date of shipment.
    
    Test and Identification
    The PCRBIS must test for and identify the following bacteria and viruses:
    
    (a) Bacteria:
    i. Bacillus Anthrax
    ii. Brucella spp
    iii.  Coxiella
    iv.  Francisella Tularensis
    v. Yersinia Pestis.
    
    (b) Viruses:
    i. Variola
    ii. Venezuelan Equine Encephalitis
    
    Data and Diagnostics
    The PCRBIS must;
    
    (a) Have a self-diagnostics system which monitors for system faults;
    (b) Store data for at least 60 analyses;
    (c) Export data reports to a PC; and,
    (d) Have a means of communicating with a PC.
    
    Power
    The PCRBIS must;
    
    (a) Be powered by 110-220 VAC;
    (b) Be powered by 24 VDC;
    (c) Be powered by rechargeable batteries; 
    (d) Complete at least four (4) full (i.e. test for up to 10 different agents simultaneously) runs on a single charge; and,
    (e) Include a battery charger.
    
    Consumables
    The PCRBIS must include a complete kit of consumables with instrument (i.e. buffer solution, droppers, swabs, tubes and any other items required for the execution of the tests).
    
    Carrying Case
    The PCRBIS must come equipped with a rigid-plastic, foam-lined carrying case, with the following:
    (a) Adequate space for;
    i. Instrument;
    ii. Batteries, charger, DC and AC adapters;
    iii. Cables and connectors;
    iv. Consumables;
    v. Operating manual; and,
    vi. Any other items required for the operation of the PCRBIS
    
    (b) Pre-cut holes and slots for the items list in (a)
    (c) A carrying handle
    (d) Water and dust resistant in compliance with IP67
    
    
    4.  Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s): 
    a. Canadian Free Trade Agreement (CFTA)
    
    5. Justification for the Pre-Identified Supplier 
    
    Company "Clermark Inc." is the only authorized distributor of BIOFIRE RAZOR EX Instruments in Canada.  Thus, according to the purchasing policies of Government Contracts, PSPC proposes to award the contract to "Clermark Inc.", that is, to our knowledge, the only company able to provide the required goods. 
     
    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 contract".
    
     
    7. Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:
    Canadian Free Trade Agreement (CFTA)
    Chapter Five - Government Procurement
    Article 513: Limited Tendering
    1. Subject to paragraphs 2 and 3, and provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of any other Party or protects its own suppliers, a procuring entity may use limited tendering in the following circumstances:
    (b) if 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.
    
    North American Free Trade Agreement (NAFTA)
    Exempt under NAFTA Annex 1001.1b-1, Section B
    
    World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    Exempt under WTO-AGP Annex 4, Goods
    
    Comprehensive Economic and Trade Agreement (CETA)
    Exempt under CETA Annex 19-4, Goods
    
    8. Period of the proposed contract or delivery date 
    
    a. The equipment must be delivered and initial training must be performed before 31 March 2019.
    
    9. Cost estimate of the proposed contract 
    
    a. The estimated value of the contract, is $2,200,000.00 (GST/HST extra) including options to purchase additional units at a later date. 
    
    10. Name and address of the pre-identified supplier 
    
    Clermark Inc.
    356 Hillsboro Pvt,
    Kanata, Ontario
    K2M 3B1
    
    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 
    
    The closing date and time for accepting statements of capabilities is August 16, 2018 at 2:00 p.m. EST. 
    
    13. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Name:  Mike Littlefield
    Title:   Supply Specialist
                    Public Services and Procurement Canada
                    Acquisitions Branch
    Address:  86 Clarence Street, 2nd Floor
      Kingston, Ontario, K7L 1X3
    Telephone:  (613) 545-8058
    Facsimile:  (613) 545-8067
    E-mail address: mike.littlefield@pwgsc-tpsgc.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

    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
    Littlefield, Mike
    Phone
    (613) 545-8058 ( )
    Email
    mike.littlefield@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

    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

    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: