Mass Spectrometer

Solicitation number H4133-182971

Publication date

Closing date and time 2018/08/28 14:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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: 
    THERMO FISHER SCIENTIFIC (MISSISSAUGA) INC.
    2845 Argentia Rd
    Unit 4
    Mississauga Ontario
    Canada
    L5N8G6
    Nature of Requirements: 
    
    Mass Spectrometer
    
    H4133-182971
    Martins, Christina
    Telephone No. - (613) 355-1973 
    
    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 Tobacco Control Directorate’s Science Division of Health Canada has a requirement for the supply, installation, training and manuals for a hybrid Liquid Chromatography (LC) Mass Spectrometer (MS) Instrument. The Science Division requires LC-MS instrument to establish analytical capabilities for the testing of vaping and other novel tobacco products.
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system (as appropriate) meets the following requirements: 
    
    A. LIQUID  CHROMATOGRAPH (LC)
    
    - LC must be capable of ultra high performance liquid chromatography and capable of generating pressure up to 15000 psi for fast chromatography analysis;
    - LC must be capable of performing high-throughput sample analysis;
    - LC must be equipped with a binary pump capable of high pressure gradient mixing;
    - LC column compartment must be capable of heating up to 120°C;
    - LC sample compartment must be capable of sample refrigeration cooling at 4°C;
    - Autosampler must be able to accommodate trays for standard 2 mL autosampler vials; and
    - LC system capable of high precision at low volume (1µL) injection.
    
    B. MASS SPECTROMETER (MS)
    
    - Minimum instrument’s mass range:  5-3000 m/z 
    - MS must be capable of mass resolution of 70,000 at m/z 200 scan rate
    - MS must have mass accuracy <3 ppm RMS error with external calibration and <1 ppm RMS error with internal calibration
    - MS must be equipped with heated electrospray ionization probe (HESI) as well as Atmospheric Pressure Chemical Ionization probe (APCI)
    - MS must be capable of operating in the following scan modes:
      -Full Scan with high resolution accurate mass detection;
      -Single Ion Monitoring;
      -MS/MS mode; and
      -Data Independent Acquisition for qualitative screening;
    - MS system must include a fully controlled system for easy instrument calibration and sample infusion such as Syringe pump system;
    - For component identification during targeted and untargeted analysis, software including libraries of high-resolution accurate-mass (HRAM) spectra must be supplied with the system;
          - The instrument must meet the following mandatory minimum performance    specifications:
     
    -500 fg buspirone injection on column at Full Scan must yield 100:1 Signal to Noise; and
    -50 fg buspirone injection on column in SIM must yield 100:1 Signal to Noise;
    
    - Quantitative analyses up to 6 orders of magnitude of linear quantitative dynamic range
    - Ion source or transfer capillary solution to enable time saving vent-free maintenance
    - Instrumental operational environmental temperature must allow for reasonable variability and operational laboratory temperature range of up to 10° of variability in laboratory temperatures measured in Celsius. The strict requirements associated with narrow temperature and humidity controls will not be feasible as collaborator laboratory’s retrofitting will not be permitted. 
    - The mass calibration will remain stable for at least few days; need for daily mass calibration will be avoided.
    
    
    GENERAL
    
    - Data system must consist of high performance PC, monitor, Microsoft Windows operating system;
    - Thermo Scientific Xcalibur instrument control and data processing software for an easier integration and use with existing collaborator infrastructure and instruments.
    - Uninterruptable Power Supply (UPS) must be provided with the system;
    - Nitrogen Generator must be provided with the system;
    - Three days customer training must be provided along with the system installation; and
    - Extended Instrument warranty must be provided with the system
    
    SPECIFICATIONS AND STANDARD
    
    LC MS instrument must be consigned to the destination specified in the Contract and delivered to Health Canada. 
    
    4.  Applicability of the trade agreements to the procurement 
    
    This procurement is subject to the following trade agreements:
    
    -  Canadian Free Trade Agreement (CFTA);
          -  North American Free Trade Agreement (NAFTA); and
    - World Trade Organization Agreement on Government Procurement (WTO-AGP)
    
    5. Justification for the Pre-Identified Supplier 
    
    Thermo Fisher Scientific (Mississauga) INC. is the only supplier that can supply a system meeting all the technical requirements identified above in the Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements).
    
    6. Government Contracts Regulations Exception(s) 
    
    The following exception to the Government Contracts Regulations is (are) 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 exclusions and/or limited tendering reasons are invoked under the: 
          -      Canadian Free Trade Agreement (CFTA) - Article 513 (b,iii);
    -    North American Free Trade Agreement (NAFTA) - Article 1016 (2b); and
    - World Trade Organization Agreement on Government Procurement (WTO-AGP) - Article XV.1 (b)
    
    8. Ownership of Intellectual Property 
    
          Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in 
          the Contractor. 
    
    9.    Period of the proposed contract or delivery date 
    
           Delivery of the equipment must be received on or before March 15, 2019. 
    
    10.  Name and address of the pre-identified supplier
    
           Thermo Fisher Scientific (Mississauga) INC., Missisauga, ON 
    
    11.  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.
    
    12.  Closing date for a submission of a statement of capabilities 
    
           The closing date and time for accepting statements of capabilities is:
     
           August 28, 2018 at 2:00 p.m. EST
    
    13. Inquiries and submission of statements of capabilities 
    
          Inquiries and statements of capabilities are to be directed to: 
    
          Christina Martins
          Telephone: (613) 355-1973
          E-mail: 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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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

    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
    Martins, Christina
    Phone
    (613) 355-1973 ( )
    Email
    christina.martins@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St./ 11 rue, Laurier
    6A2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    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
    National Capital Region (NCR)
    Procurement method
    Non-Competitive

    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: