MiSeq-Sequence
Solicitation number 01799-140404/A
Publication date
Closing date and time 2013/12/23 13:00 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: Interchangeable Parts Comprehensive Land Claim Agreement: No Vendor Name and Address: Illumina Canada, Inc. 5200 Illumina Way San Diego California United States 92122 Nature of Requirements: MiSeq-Sequence 01799-140404/A Requirement: For the provision of one (1) MiSeq System Integrated system on behalf of Agriculture and Agri-Food Canada located in Fredericton, NB. PWGSC intends to enter into a contract with Illumina Canada, Inc., San Diego, California. The estimated value of the contract is: $131,080.00 Mandatory Requirements Item 1. MiSeq System Integrated system for automated generation of DNA clonal clusters by bridge amplification, sequencing, primary and secondary analysis. System includes embedded touchscreen monitor and on-instrument computer, dual surface imaging capability, MiSeq Software Suite, installation kits and standards, installation and training, and 12 months warranty (including parts and labor). Catalog # SY-410-1003 Item 2. One year maintenance service contract MiSeq Silver Includes full coverage on all service parts and labor. Includes comprehensive 5/24 email support and 5/18 telephone support; 3 business day average on-site response time, critical and noncritical updates, applications support, access to on-line training modules, and discounts on optional advanced training programs. Includes one Preventative Maintenance visit per year. One year maintenance service contract to take effect when the 12 month warranty in item 1 expires. Catalog # SV-420-1003 Item 3. Shipping and Insurance The reason for single tendering is: Only one firm is capable of performing the contract. 1. In order to maintain scientific consistency and comparability across this broad ranging research initiative it is required that all data production across time frames and collaborators is carried out on comparable machines. 2. It is our understanding that CFIA is acquiring this technology for their regulatory work so having it available for protocol development gives us parallel capacity and technologies. 3. The required equipment must be compatible with current practices of the projects currently supplied by NRC Saskatoon, Genome Quebec, and Sick Kids sequencing facility. Section 6 (d) of the Government Contract Regulations is being invoked in this procurement as only one person or firm is capable of performing the contract. Articles 506.12 (a) and 506.12(b) of AIT are applicable on the basis of limited tendering due to compatibility with existing products, to recognize exclusive rights, such as exclusive licences, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative and 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, respectively. Articles 1016.2 (b) and 1016.2 (d) of NAFTA are applicable on the basis of limited tendering due to 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 and for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter; This PWGSC office provides procurement services to the public in both official languages. 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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Martin, Lisa M.
- Phone
- (506) 851-7811 ( )
- Fax
- (506) 851-6759
- Address
-
1045 Main Street
1st Floor, Lobby C
Unit 108Moncton, NB, E1C 1H1
Buying organization(s)
- Organization
-
Agriculture and Agri-Food Canada
- Address
-
1341 Baseline RoadOttawa, Ontario, K1A0C5Canada
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.