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)
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
- Caron, Anne
- Phone
- (819) 956-3874 ( )
- Fax
- (819) 956-3814
- Address
-
11 Laurier St./ 11 rue, Laurier
6B1, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Royal Canadian Mounted Police
- Address
-
73 Leikin DrOttawa, Ontario, K1AOR2Canada
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.