TRIP. QUAD. ICP MASS SPECTROMETER

Solicitation number H4033-151114/A

Publication date

Closing date and time 2015/11/09 14:00 EST


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Agilent Technologies Canada Inc.
    6705 Millcreek
    Unit 5
    Mississauga Ontario
    Canada
    L5N5M4
    Nature of Requirements: 
    TRIPLE QUADRUPOLE  ICP MASS SPECTROMETER
    
    H4033-151114/A
    Martins, Christina
    Telephone No. - (613) 355-1973 
    Fax No. - (819) 956-3814
    
    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 
    
    	Health Canada has a requirement for the supply, installation,
    familiarization, training and 			manuals for one Triple
    Quadrupole ICP-MS.  The instrument will be used for measurement
    of 		long-lived radioactive contaminants in environmental and
    human urine samples.
    
    3.	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:
    
    A.	Technical Specifications:
    
    1.	The triple quadrupole ICP-MS system must have a tandem
    ICP-MS/MS configuration which 		consists of a Collision Reaction
    Cell between the two Quadrupole Mass Filters (QMFs), each of 1
    		atomic mass unit (amu) resolution.
    
    2.	Each of the QMFs must be independently controlled by system
    software to permit selective mass 		filtering/transmission
    capability.
    
    3.	The triple quadrupole ICP-MS must have a guaranteed abundance
    sensitivity specification of less 		than or equal to 	10-10.
    
    4.	 The triple quadrupole ICP-MS must have a background of less
    than or equal to 0.2 counts per 		second (cps) over the mass
    range 9 to 238 amu.
    
    5.	The triple quadrupole ICP-MS must have sensitivity of greater
    than or equal to 200,000 cps/ppb 		above mass 205 amu.
    
    6.	The triple quadrupole ICP-MS must have oxide ratio (CeO+/Ce+)
    of less than or equal to 1.5%.
    
    7.	The triple quadrupole ICP-MS must have doubly-charged ratio
    (Ce++/Ce+) of less than or equal to 		3%.
    
    8.	The triple quadrupole ICP-MS system must to robust enough to
    handle a total dissolved solid = 		1%.
    
    9.	The Collision Reaction Cell must accept up to 4 cell gases,
    each fully and independently mass 		flow controlled, and must
    allow mixing of different gases within the cell by the system
    software.
    
    10.	The triple quadrupole ICP-MS system must have an additional
    (5th) Mass Flow Controller for 		addition of alternative gas
    (oxygen/argon) in the plasma for organics/matrix removal.
    
    11.	The triple quadrupole ICP-MS system must have a
    Recirculating Chiller for a controlled supply of 		cooling water
    for the radio-frequency (RF) generator, turbo molecular pump,
    load coil, spray 		chamber, and interface.
    
    12.	The triple quadrupole ICP-MS system must have an
    auto-sampler with samples racks to 			accommodate 17mm and 30mm
    (outer diameter) sample tubes. The auto sampler must be
    		controlled by the system software.
    
    13.	The triple quadrupole ICP-MS system must have high purity (2
    stage, stainless steel body + 		diaphragm) gas regulators for
    Cell gases.
    
    14.	The quotation price must include Carrier Gas cleaning kit,
    connection tubing, tube cutter, wall 		mounting bracket, and
    stainless steel tubing for external cell gas lines.
    
    15.	The triple quadrupole ICP-MS system must have a noise
    reduction enclosure for the roughing 		pump.
    
    16.	The triple quadrupole ICP-MS system must include appropriate
    elemental standard solutions for 		instrument performance
    validation and tuning.
    
    17.	The triple quadrupole ICP-MS system must include appropriate
    connection kit for Liquid 			Chromatography.
    
    18.	The triple quadrupole ICP-MS system must include a separate
    set of inert sample introduction kit, 		appropriate interface
    cones and ion lenses for very high sensitivity measurement
    option.
     
    19.	The triple quadrupole ICP-MS system must include a table
    (84" X 30" X 35"; W, D, H) on heavy 		duty casters that lock in
    swivel and roll. The weigh capacity of the table must be
    adequate to 		support the auto sampler, the ICP-MS, computer,
    monitor, keyboard and a printer.
    
    20. 	The triple quadrupole ICP-MS system must include a Personal
    Computer (PC) with Windows 7 or 		higher (64 bit) operating
    system, a monitor and a laser printer. The PC must have adequate
    		processor speed, memory and disk space for complete instrument
    control, data acquisition and 		data analysis.
    
    21.	Quoted price must include installation and onsite training
    on the operation and maintenance of the 	system.
    
    B.	Operating Software and Accessories
    
    1.	Must provide an instrument and operational manual.
    
    2.	Operating software must allow instrument control, data
    acquisition, and data processing.
    
    3.	Must have operating software for chromatographic data
    analysis.
    
    4.	Operating software must be compatible with Windows 7.
    
    5.	Operating software must allow for standard and customizable
    data reporting.
    
    6.	Operating software must allow data export to Microsoft Excel.
    
    
    
    
    4.      Applicability of the trade agreement(s) to the
    procurement 
            
            This procurement is subject to the following trade
    agreements:  
            
            Agreement on Internal Trade (AIT) 
            North American Free Trade Agreement (NAFTA)
            The World Trade Organization Agreement on Government
    Procurement (WTO-AGP)
           
    5.      Justification for the Pre-Identified Supplier 
     
             Agilent Technologies Canada Inc. offers the only Triple
    Quadrupole ICP-MS available in the market 	          that meets
    all of Health Canada's requirements.  For this reason, it is
    proposed to negotiate 		          directly with the OEM, Agilent
    Technologies Canada Inc., Mississauga, Ontario.
    	
    6.      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 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 506.12 (b)
    North American Free Trade Agreement (NAFTA) - Article 1016.2 (b)
    	The World Trade Organization - Agreement on Government
    Procurement (WTO-AGP) - XV(1b)
    
    8.      Period of the proposed contract or delivery date
     
             Delivery must be received on or before 31 March 2016. 
     
    9.     Name and address of the pre-identified supplier
     
            Name: Agilent Technologies Canada Inc.       
            Address: Mississauga, ON
    
    10.   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.
     
    11.   Closing date for a submission of a statement of
    capabilities
     
      The closing date and time for accepting statements of
    capabilities is 9 November, 2016 at 2:00 p.m.     EST.
    
    
    
    
    
    
    
    
    12.   Inquiries and submission of statements of capabilities
      
       Inquiries and statements of capabilities are to be directed
    to:
             
            Christina Martins
             Supply Specialist
             Commercial and Consumer Products Directorate 
             Commercial Acquisitions and Supply Management Sector 
             Public Works and Government Services Canada 
             Gatineau, QC K1A 0S5
             Place du Portage, Phase III, 6A2-29
            
            Telephone  613-355-1973
             Facsimile  819-956-3814
             Christina.Martins@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)
    • 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:

    • Exclusive Rights
    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
    Martins, Christina
    Phone
    (613) 355-1973 ( )
    Fax
    (819) 956-3814
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Non-Competitive