MASS SPECTROMETER (HR-ICP-MS)

Solicitation number M7594-132186/A

Publication date

Closing date and time 2012/10/29 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    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: 
    NU INSTRUMENTS LTD
    UNIT 74 CLYWEDOG ROAD SOUTH
    United Kingdom
    LL13 9XS
    Nature of Requirements: 
    MASS SPECTROMETER (HR-ICP-MS)
    
    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. 
    
    Definition of requirement
    The RCMP, Materials Profiling, Forensic Science & Identification
    Services, have the requirement for the supply, installation,
    training and manuals for one (1) double-focusing high-resolution
    Inductively Coupled Plasma - Mass Spectrometer system (df
    HR-ICP-MS).
    
    Criteria for assessment of the Statement of Capabilities
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its equipment meets the following
    requirements:
    
    All of the following mandatory requirements must be met:
    1.	Compatibility With Other External Devices  
    a)	The instrument must be fully compatible and demonstrate full
    software control/integration for an ArF-excimer UP193fx laser
    ablation system (ESI-New Waves Research) and must have the
    option to be triggered by the laser for long pre-programmed
    sequence analysis (>150 analyses/sequence).  NOTE: A
    communication cable between the mass spectrometer and the laser
    ablation system must be supplied with the new instrument to make
    that communication.
    b)	The instrument must be compatible and demonstrate full
    software control/ integration of an Elemental Scientific Inc.
    (ESI) autosampler (SC-2 DX autosampler and FASTValve system).
    
    2.	Instrument Software
    a)	The software must have the capacity to switch off the
    instrument automatically at the end of a pre-programmed sequence.
    b)	It must demonstrate the capability to acquire data in Time
    Resolved Analysis (TRA; M+ cps vs time) for laser ablation work
    with exportable data file compatible to off-line data processing
    GLITTER™ software.
    c)	Must have an open source operating software that allows
    end-user operator to adapt or modify specific calculation and/or
    data monitoring/correction.
    
    3.	Instrument Accessories
    a)	The instrument must come with 5 Mass Flow Controllers
    including 2 "dedicated" ones for other applications such as
    laser ablation (at least one of the "dedicated" MFC calibrated
    for helium; 2l/min).  They all must be controllable via the
    instrument software. 
    b)	A recirculating water chiller must come with the instrument
    with recommended heat exchange capacity. If an extra chiller is
    required for a second function, then it must respect the
    recommended heat capacity as required.
    c)	The system must come with all the regular glassware
    accessories (torch, spray chamber, PFA nebulizer) normally used
    for an installation test and one set of skimmer and sampler
    cones (Ni or Al).
    d)	Software license, software CD (or other memory device),
    software document and technical application notes.
    
    4.	Instrument Specifications - ICP-MS instrumen
    §	State-of-the-art electronics.
    §	Fast scan technology for laser ablation analysis.
    §	Low dark noise <0.2 counts per second (cps).
    §	Mass range between 6 to 250 atomic mass unit (amu).
    §	Sensitivity must be >1x109 cps/ppm for 115In at low resolution
    (300 Resolving Power).
    §	A true linear dynamic range up to 10+9 cps in pulse counting
    mode for better isotopic ratio measurements in order to avoid
    continual changing of cross-over calibration between
    pulse-counting and analog mode.
    §	Easy access spray chamber and sample interface.
    §	Must be a double-focusing magnetic sector with magnet and
    electrostatic analyzer (ESA) for flat top peak isotopic
    measurement. 
    §	Electro magnet fully laminated allowing fast peak jumping with
    extremely low hysteresis.
    §	Quantitative analysis including external calibration (laser
    and solution modes), standard additions, isotope ratios, isotope
    dilution and semi-quantitative methods must be part of the
    software.
    §	The collector system must include an electron multiplier
    detector for pulse counting mode (up to 9 orders of magnitude)
    and a Faraday detector for large dynamic range (up to 12 orders
    of magnitude).
    §	The ICP-torch is controlled via software for X, Y and Z
    directions.
    §	The vacuum system must have a full automatic protection with
    an isolating valve located between the ICP and the magnetic
    sector mass spectrometer.
    §	Resolution >10,000 for problematic isotopes is achievable and
    controllable by software.
    §	A continuously variable resolution capability from 300 to
    greater than 10,000 that can be optimized for specific
    applications where sensitivity does not have to be compromised
    at the expense of over-resolution fixed-slit system.
    §	To limit magnet "duty cycle" fast scan optics can allows up to
    40% of mass range.
    §	The "magnet scan" speed must be <220 ms for two full mass
    scans (i.e., 6 to 250 amu and then down to 6 amu) for laser
    ablation applications.
    
    Applicability of the trade agreement(s) to the procurement
    This procurement is subject to the following trade agreement(s): 
    Agreement on Internal Trade (AIT)
    World Trade Organization - Agreement on Government Procurement
    (WTO-AGP)
    North American Free Trade Agreement (NAFTA)
    
    Justification for the Pre-Identified Supplier
    We have identified the attoM High Resolution Magnetic Sector
    ICP-MS manufactured by Nu Instruments as the only viable
    instrument that can meet all the requirements for this
    application.
    
    Government Contracts Regulations Exception(s)
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection 6(d) - "only
    one person is capable of performing the contract
    
    Limited Tendering Reasons
    The following limited tendering reasons are invoked under the
    section of the trade agreement(s) specified:
    Agreement on Internal Trade (AIT) - Article 506, 12(a)
    World Trade Organization - Agreement on Government Procurement
    (WTO-AGP) - Article XV(B)
    North American Free Trade Agreement (NAFTA) - Article 1016.2 (b)
    
    The period of the proposed contract or the delivery date(s)
    The equipment must be delivered Ottawa, Ontario (CA) and must be
    received on or before March 31, 2013.
    
    Name and address of the pre-identified supplier:
    Name: Nu Instruments Ltd.
    Address: Unit 74 Clywedog Road South, Wrexham Industrial Estate,
    Wrekham, North Wales.
    
    Suppliers' right to submit a statement of capabilities
    Suppliers who consider themselves fully qualified and available
    to provide the goods 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.
    
    The closing date for a submission of a statement of capabilities.
    The closing date and time for accepting statements of
    capabilities is October29,2012 at 2:00p.m. EST
    
    Inquiries and submission of statements of capabilities
    Inquiries and statements of capabilities are to be directed to:
    
    Anne Caron
    Public Works and Government Services Canada
    Acquisitions Branch
    Commercial Consumer Products Directorate
    11 Laurier Street, 6A2, Phase III
    Place du Portage, Hull, Quebec, K1A 0S5
    Telephone: 	(819)  956-3874
    Facsimile: 	(819)  956-3814
    E-mail address:  anne.caron@tpsgc-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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • 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
    Caron, Anne
    Phone
    (819) 956-3874 ( )
    Fax
    (819) 956-3814
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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: