High performance ion mobility spectrometer
Solicitation number 47064-146561/A
Publication date
Closing date and time 2013/09/25 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 Attachment: None Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: Excellims Corporation 20 Main Street Acton Massachusetts United States 01720 Nature of Requirements: High performance ion mobility spectrometer 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 Canadian Border Services Agency (CBSA) has a requirement for the supply of one (1) bench top standalone high performance ion mobility spectrometer (IMS) capable of detecting trace quantities (sensitive to nanogram quantities or better) of narcotics and explosives with changeable ionization sources (electrospray ionization and corona discharge ionization with thermal desorber). 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) Any interested supplier must demonstrate by way of a statement of capabilities equipment meets the following requirements: At a minimum, all of the following mandatory requirements must be met: 1. GENERAL SPECIFICATIONS Item # MANDATORY SPECIFICATION - DESCRIPTION 1.1 The instrument offered must be based on a proven drift tube IMS technology, operating at atmospheric pressure and linear electric field 1.2 The instrument must be capable of detecting narcotics and explosives. The detector must be capable of operating in positive polarity and in negative polarity. The user must be able to change the polarity of the instrument. 2. SAMPLE INLET REQUIREMENTS Item # MANDATORY SPECIFICATION - DESCRIPTION 2.1 In order to broaden the number and types of materials to be detected, including thermally sensitive and non-volatile compounds, the sample inlet must be changeable between a. an inlet for the introduction of liquid samples via a syringe directly, with electrospray ionization source. The syringe must be connected to the sample inlet in a simple lock mechanism, without the need for tools such as wrenches. b. an inlet for the introduction of swab samples via a thermal desorber, with corona discharge ionization source. c. an inlet for the introduction of vapour samples via a gas port, with corona discharge ionization source. 2.2 The connectors between the changeable sample inlets and the ion mobility spectrometer must be included. 3. INSTRUMENT REQUIREMENTS Item # MANDATORY SPECIFICATION - DESCRIPTION 3.1 The ion mobility spectrometer must have a minimum resolving power of 60 for the analysis of explosives and drugs. The resolving power is defined as the quotient of the drift time of the analyte peak (explosives and drugs) over the peak width at half height of the same analyte peak. 3.2 The linear electric field must be established through a series of conducting electrodes of decreasing electric potential, in order to minimize troubleshooting and maintenance time. Drift tube comprised of conductive glass tube with surface resistance is not acceptable. 3.3 The user must be able to vary the settings of the following operating parameters: a. Operating temperatures of the ion mobility drift tube and of the thermal desorber b. Voltages and polarities of the ion mobility drift tube and of the electrospray ionization source c. The pulse width of the ion gate d. The scan time of each ion mobility spectrum 3.4 The instrument must operate on ambient air, with no requirement for bottled gases. 3.5 The instrument shall be used as a pre-screening tool. As such, a one-stage separation by IMS. No secondary separation or pre-separation. 3.6 Universal ion detector, such as Faraday plate. Bidder must provide information on the type of detector employed in the equipment. 3.7 The user must be able to program the instrument to detect and correctly identify a minimum of twenty (20) additional substances in positive polarity and in negative polarity. 4. PHYSICAL AND ENVIRONMENTAL REQUIREMENTS Item # MANDATORY SPECIFICATION - DESCRIPTION 4.1 The instrument must operate effectively within a temperature range of 0°C to 40°C. 4.2 The instrument must operate at the power supply of 110 volt AC, 50-60 Hz. 4.3 The detector must weigh less than 25 kg. 4.4 Because of the restriction in bench space on the mobile laboratory, the size of the instrument must not exceed 50 cm ´ 50 cm ´ 50 cm. 4.5 The instrument must come with a carrying case suitable for damage-free shipping of the unit and with a reasonable amount of space to store consumables and maintenance items. 5. COMPUTER SYSTEM Item # MANDATORY SPECIFICATION - DESCRIPTION 5.1 The operating parameters of the instrument must be accessible through the instrument software, without requiring the use of an external computer. 5.2 The computer system must employ a hard drive with a capacity sufficient to store all data for a minimum of 10,000 samples. 5.3 When the maximum capacity of the file storage area is approached, the instrument must display a corresponding informative status message, and remain functional. The administrator must have the option to overwrite existing data files, or to save and delete existing data files. 5.4 The saved data files must include individual data points of drift time versus signal intensity. 5.5 The data must be saved in a format that is compatible with data plotting software such as Microsoft Excel, Sigma Plot, or Igor. 5.6 Data transfer must be possible through high speed USB port or serial port, without the need of special computer configuration. 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 We have identified the GA2100 Electrospray Ionization High Performance Ion Mobility Spectrometer manufactured by Excellims Corporation as the only viable instrument that can meet all the required technical specifications. 6. Government Contracts Regulations Exception(s) The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection subsection 6(d) - "only one person is capable of performing the work". 7. 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 - 12b. North American Free Trade Agreement (NAFTA) - Article 1016 - 2b. 8. Period of the proposed contract or delivery date The equipment must be delivered by March 31, 2014. 9. Name and address of the pre-identified supplier Excellims Corporation 20 Main Street Acton, MA, 01720, USA 10. 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. 11. Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is September 25, 2013 at 2:00 p.m. EST. 12. 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
-
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
- 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
-
Canada Border Services Agency
- Address
-
333 North River RoadOttawa, Ontario, K1L 8B9Canada
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.