SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Biotek - Synergy H1 Hybrid Multi-Mode Microplate Reader

Solicitation number H4074-123381/A

Publication date

Closing date and time 2013/02/25 14:00 EST


    Description
    Trade Agreement: 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: 
    FISHER SCIENTIFIC COMPANY/SOCIETE FISHER SCIENTIFIQUE
    c/o T10078
    P.O. Box 10078 Postal Station A
    Toronto Ontario
    Canada
    M5W2B1
    Nature of Requirements: 
    1.	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.	Health Canada's Toxicology Research Division has a
    requirement for the supply and delivery of one (1) gas
    controller ready multimode plate reader capable of measuring
    UV-visible absorbance, fluorescence intensity, fluorescence
    polarization, time-resolved fluorescence, luminescence, and
    filtered luminescence. It is intended to negotiate with Fisher
    Scientific Company for the supply and delivery of the Biotek
    Synergy H1 Hybrid Multi-Mode Microplate Reader (Model H1MFDG)
    and associated software.
    
    3.	Minimum Essential Requirements
    
    	Any interested supplier must demonstrate by way of a statement
    of capabilities that its 		system meets the following
    requirements:
    
    1.0	System must contain the following within a single instrument
    both a monochromator (for flexibility of assay development) and
    a filter-based optic system (for the increased sensitivity, when
    necessary).
    
    	1.1	Monochromator must be equipped with a low-noise,
    blue-shifted photomultiplier tube (PMT) providing fluorescence
    (250 to 700nm), UV-visible absorbance (230 to 999 nm in 1 nm
    increments, 0 to 4.0 optical density), and luminescence (300 to
    700nm, dynamic range of at least 6 decades).
    
    	1.2	Filter-based optic system must be equipped with a
    red-shifted PMT for fluorescence (200 to 850 nm, dynamic range
    of 5 decades), fluorescence polarization (300 to 850 nm), time
    resolved fluorescence (200 to 850 nm), and filtered luminescence.
    
    2.0	Data from the system must have security features for
    multiple group use and be exportable to a spreadsheet program
    such as Microsoft Excel.
    
    3.0	System must be capable of end-point and kinetic measurements.
    
    4.0	System must be capable of spectral scanning and 99x99
    well-area scanning.
    
    5.0	System must accept plates in formats from 1- to 384-well
    plates.
    
    6.0	System must allow for analysis of 2 microlitre samples as
    well as larger volume cuvettees.
    
    7.0	System must read fluorescence through the top or bottom of
    the plate.
    8.0	System must have an automatic z-height adjustment for
    optical detection.
    
    9.0	System must have linear, orbital and double orbital plate
    shaking modes that are adjustable in duration and intensity.
    
    10.0	System must be capable of plate incubation to at least 45oC
    (+/- 0.5oC at 37oC).
    
    11.0	System must be engineered for addition of a gas controller
    to meter CO2 and/or O2 into the plate chamber for in situ
    maintenance of cell cultures during time course incubations.
    
    4.	This procurement is subject to the following trade
    agreement(s):	
    	
    	Agreement on Internal Trade (AIT)
    	North American Free Trade Agreement (NAFTA)
    	Canada-Peru FTA (CPFTA)
    	Canada-Columbia FTA (CCOFTA)
    	Canada-Chile FTA (CCFTA)
    
    5.	Justification for the Pre-Identified Supplier 
    
    Fisher Scientific Company is the exclusive distributor of the
    Biotek Synergy H1 Hybrid Multimode Microplate Reader
    manufactured by Biotek Instruments, Inc., which operates with
    unique features as identified in the "Minimum Essential
    Requirements" above. Canada has confirmed the functionality of
    the proposed systems as meeting all the operational requirements
    of Health Canada for its intended use.
    
    6.	Government Contracts Regulations Exception(s)
    
    Section 6 of the Government Contracts Regulations contains four
    exceptions that permit the contracting authority to set aside
    the requirement to solicit bids. These are:
    
    a. the need is one of pressing emergency in which delay would be
    injurious to the public interest;
    
    b. the estimated expenditure does not exceed
    
    (i) $25,000,
    
    (ii) $100,000, where the contract is for the acquisition of
    architectural, engineering and other services required in
    respect of the planning, design, preparation or supervision of
    the construction, repair, renovation or restoration of a work, or
    
    (iii) $100,000, where the contract is to be entered into by the
    member of the Queen's Privy Council for Canada responsible for
    the Canadian International Development Agency and is for the
    acquisition of architectural, engineering or other services
    required in respect of the planning, design, preparation or
    supervision of an international development assistance program
    or project;
    
    c. the nature of the work is such that it would not be in the
    public interest to solicit bids; or
    
    d. only one person or firm is capable of performing the contract.
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under Section 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 section of the trade agreement(s) specified:
    
    Agreement on Internal Trade
    
    AIT Article 506(12)(a) to ensure compatibility with existing
    products, to recognize exclusive rights, such as exclusive
    licences, copyright and patent rights, or to maintain
    specialized products that must be maintained by the manufacturer
    or its representative; and Article 506(12)(b) where there is an
    absence of competition for technical reasons and the goods or
    services can be supplied only by a particular supplier and no
    alternative or substitute exists;
    
    North American Free Trade Agreement
    NAFTA Article 1016(2)(b) where, for works of art, or for reasons
    connected with the protection of patents, copyrights or other
    exclusive rights, or proprietary information or where there is
    an absence of competition for technical reasons, the goods or
    services can be supplied only by a particular supplier and no
    reasonable alternative or substitute exists; and Article
    1016(2)(d) for additional deliveries by the original supplier
    that are intended either as replacement parts or continuing
    services for existing supplies, services or installations, or as
    the extension of existing supplies, services or installations,
    where a change of supplier would compel the entity to procure
    equipment or services not meeting requirements of
    interchangeability with already existing equipment or services,
    including software to the extent that the initial procurement of
    the software was covered by this Chapter; 
    
    The procedural elements of the CCFTA, the CCOFTA, and the CPFTA
    are satisfied through compliance with the limited tendering
    provisions of NAFTA.
    
    8.	The system must be delivered and installed by 31 March 2013. 
    
    9.	The estimated value of the contract is $64,769.00 (GST/HST
    extra, as applicable).
    
    10. Name and address of the pre-identified supplier:
    
    Name: Fisher Scientific Company
    Address: P.O. Box 10078 Postal Station A, Toronto, Ontario, M5W
    2B1
    
    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.	The closing date and time for accepting statements of
    capabilities is 25 January 2013, at 2:00 p.m. EST.
    
    13.	Inquiries and statements of capabilities are to be directed
    to:
    
    Michelle N. Mascoll
    Team Leader
    Scientific, Medical and Photographic Division - PV
    Commercial and Consumer Products Directorate
    Public Works and Government Services Canada
    11 Laurier Street, Gatineau, Quebec, K1A 0S5
    Telephone: 819-956-3467
    Facsimile 819-953-3814
    Email: michelle.mascoll@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

    • 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
    Mascoll, Michelle
    Phone
    (819) 956-3467 ( )
    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

    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)
    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: