REACTION CELL ICP-MS SYSTEM
Solicitation number 31184-168791/A
Publication date
Closing date and time 2016/04/07 14:00 EDT
Description
Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Interchangeable Parts Comprehensive Land Claim Agreement: No Vendor Name and Address: Agilent Technologies Canada Inc. 6705 Millcreek Unit 5 Mississauga Ontario Canada L5N5M4 Nature of Requirements: Reaction Cell ICP-MS System 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 The National Research Council Canada has a requirement for one (1) Reaction Cell ICP-MS System for a delivery to Ottawa, Ontario. The delivery is required by November 30th, 2016. 3. Criteria for assessment of the Statement of Capabilities Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system meets the following requirements: Specifications for a Collision/Reaction Cell ICP-MS System In order to support activities under the Energy, Mining and Environment (EME) portfolio, the National Research Council Canada (NRC) wishes to purchase an ICP-MS system for quantitative speciation and ultralow detection (sub ppb) analyses. The analytical goal is to use this new system for analysis of metal speciation (Se, As, Hg, Cu Ni, etc.) and/or ultralow total-element detection in the aqueous phase of mine tailings and waste water using advanced chromatography-based (HPLC, IC) quantitative speciation capabilities coupled with ICP-MS. Some elements in these samples will be present in high concentrations while other elements will be present in ultralow trace amounts. Since we will be analyzing for both total and speciated metals, and that some of our samples will contain variable quantities of analytes from part-per-trillion to thousands of parts-per-million levels in matrices high in dissolved solids (up to ~25%), the instrument being considered must clearly demonstrate that it is capable of handling these matrices routinely and without excessive liquid dilution of the samples. The instrument of choice must offer superior analytical performance (detection limits in sub ppb level, correction of interferences in variable matrices, analytical stability), ease of use (software interface, automation, rugged sample introduction system) and robustness. The ability of the instrument to effectively provide accurate and reproducible results in complex sample matrices where the composition is not only variable but unknown is essential. Commonality with our existing ICP-MS at the NRC must also be maintained. The instrument must be compact and fit on a limited bench space. The ICP-MS system that is best suited to meet our needs is the Agilent Technologies 7900 ICP MS and must have the following required specifications: • The ICP-MS software must be able to control and communicate with our existing Agilent chromatographic instrumentation including 7890 GC systems and 1200 series HPLC systems. It must also be able to transfer procedures and read data files from our existing Agilent ICP-MS instruments using MassHunter software. • System must include a collision/reaction cell that allows fast gas changes (5 seconds or less). It must also be able to receive a minimum of 2 preferably 3 cell gases individually controlled. • In order to improve productivity, the instrument must be able to handle adiverse set of samples with total dissolved solids (TDS) ranging from very low to very high TDS. For this reason the system must be capable of direct analysis of up to 25% TDS with little or no liquid/liquid dilution. • The ICP MS system must be ableto handle the introduction of high organic content HPLC eluents including methanol or acetonitrile. • The ICP-MS vendor must have a pool of ICP-MS service technicians in Ontario and or Quebec with at least one being located in the immediate Ottawa area. 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): Agreement on Internal Trade (AIT) North American Free Trade Agreement (NAFTA) 5. Justification for the Pre-Identified Supplier The only known supplier of Reaction Cell ICP-MS System meeting all the above required technical specifications is Agilent Technologies Canada. For this reason, it is proposed to negotiate this requirement with Agilent TechnologiesCanada. 6. Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked under the: Agreement on Internal Trade (AIT) - Article 506.12(b) North American Free Trade Agreement (NAFTA) - Article 1016.2(b) 7. Period of the proposed contract or delivery date The final delivery of the equipment must be on Nov 30th, 2016. 8. Name and address of the pre-identified supplier Agilent Technologies Canada 6705 Millcreek Drive, Unit 5 Mississauga Ontario Canada L5N 5M4 9. 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. 10. Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is April 7, 2016 at 2:00 p.m. EST. 11. Inquiries and submission of statements of capabilities Inquiries and statements ofcapabilities are to be directed to: Martin Gauthier Supply Officer Public Works and Government Services Canada Scientific, Medical and Photographic Division - PV Portage III - Floor: 6A2 - Room: 48 11 Laurier Street Gatineau, Quebec Canada K1A 0S5 Telephone: 613-404-8642 Facsimile: 819-956-3814 E-mail: martin.gauthier@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)
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:
-
Additional Deliveries
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
- Gauthier, Martin
- Phone
- (613) 404-8642 ( )
- Fax
- (819) 956-3814
- Address
-
11 Laurier St./ 11 rue, Laurier
6B1, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
National Research Council Canada
- Address
-
100 Sussex DrOttawa, Ontario, K1A0R6Canada
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.