Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Flow Injection Analyzer

Solicitation number K3D56-210429/A

Publication date

Closing date and time 2021/01/06 14:00 EST


    Description
    Trade Agreement: 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: 
    ATS Scientific Inc.
    4030 MAINWAY
    BURLINGTON Ontario
    Canada
    L7M4B9
    Nature of Requirements: 
    
    Flow Injection Analyzer
    
    K3D56-210429/A
    Pan, Long
    Telephone No. - (416) 262-0724 
    
    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 
    
    Environment and Climate Change Canada (ECCC) intends on entering into a Contract with ATS Scientific Inc., Ontario for the provision of two dual channel flow injection instrument, one ammonia and one with total nitrogen modules.
    
    Background:
    The Canadian Air and Precipitation Monitoring Network (CAPMoN) is designed to study the regional patterns and trends of atmospheric pollutants such as acid rain, smog, particulate matter and mercury, in both air and precipitation. CAPMoN contributes to the department's Core Responsibility of Preventing and Managing Pollution.
    
    Objective:
    
    This Contract is intended to support the Canadian Air and Precipitation Monitoring Network (CAPMoN) analysis of trace level inorganic air and precipitation samples in various media. The systems requested are to support the Canadian Air and Precipitation Monitoring Networks 35+ years of data, produced by analyzing the chemistry of air and precipitation samples.  There are two Flow Injection Analyzers used for analysis of nitrogen in precipitation samples. These instruments are run continuously throughout the year (2 days per week). The current systems have reached the end of their lifetime.
    
    Scope of Work:
    
    Two new fully automated, high throughput, dual channel, flow injection analyzers (FIA) that use EPA methods 350.1 and 351.2, in accordance with the specifications detailed and consists of the following:
    
    1. 2 Auto-samplers
    2. 2 Reagent pumps
    3. 2 dual channel complete sample processing modules and unit, one for ammonium and one for total nitrogen, utilizing array spectrometer
    4. Inline digestion system for total nitrogen module
    5. Software
    6. Documentation
    7. Warranty 
    8. Installation and Training 
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements):
    
    The Dual Channel Flow Injection Analyzer system must provide:
    1) A dual analytical colourimetry system capable of measuring two separate sample streams for the analysis of ammonium and total nitrogen. 
    2) The system must be modular so that ammonium and total nitrogen systems may be analyzed simultaneously or independently of each other.  A full view of fluid movement in manifold is required.
    3) Control and data handling capabilities via software that is compatible with Windows 10.  Must have to ability in the software to analyze samples while running with different variable analysis on the fly.
    4) Application flexibility to allow for alternative analytical modules to be applied in the future;
    5) Configuration options for future upgrades and improvements including consumables and hardware.
    6) Method Detection Limits less than or equal to:
    Ammonium: 0.005ppm
    Total Nitrogen: 0.020ppm.
    Analytical specifications: 
    The minimum system performance specifications listed below are intended to ensure that the system supplied is able to meet the performance level required.   
      
    a) Facilities
    
    The FIA must be able to operate under the following conditions: Temperature: 15-30°C. (max. rate of change 5°C /hr.). Humidity (non-condensing): 20-80%. Voltage: 120V, 60Hz.
    
    b) Autosampler
      
    A random access XYZ autosampler must be provided.  The sample probe must be metal-free and continuously rinsed by fresh wash solution by an integral rinse pump when not in use.
     
    Sampler racks must be able to accommodate generic 17 X 100mm tubes.  Analysis trays must be able to accommodate no less than 120 samples.
    
    c) Reagent pump
    
    A peristaltic pump capable of delivery of greater than or equal to 5 different reagents is required.  The pump must use colour coded, flow rated tubing.
     
    d) Sample Processing Modules
    
    The sample introduction system must use a sample loop to accurately measure the sample volume introduced into the reagent stream.  The sample introduction system must use Flow Injection Analysis (FIA) technology and provide a high throughput of samples analysis. 
    
    Sample introduction must allow for the simultaneous injection of sample into parallel reagent streams using FIA methodology.  
    
    The reagent manifolds must accommodate total nitrogen and ammonium methods in parallel suitable for simultaneous analysis.
    
    A heating block is required to accelerate the ammonium reaction.  
    
    The manifold must be able to house a cadmium column for reduction of nitrate to nitrite.  The vendor must be able to provide cadmium columns for total nitrogen methodology.  The columns must have a guarantee of quality. 
     
    e) System Unit
    
    Two dual channel core system units are required. 
    Ammonium and total nitrogen will be analyzed in two duplicate parallel systems to maximize throughput.
    The systems must provide high throughput of analysis with multiple modules running in parallel
    The system units must supply a full absorbance spectrum source to in real time.
    The units manifolds must allow for full view of fluid movement.
    The system unit must manage the electronic signals to and from multiple sample modules running in parallel. 
    The system unit is the power source for all modules.
    
    f) Inline digestion system for total nitrogen
    
    An inline digestion preparation system is required.  The system must provide a heating block and an ultra violet light source.
    
        
    g) Documentation:  
    The system must be supplied with full documentation including an operator's manual, administration and maintenance manual, spare parts catalog and a comprehensive applications handbook specifically written for the system being offered.
    
    Standard Operating Procedures (SOPs) must be provided in both written as well as electronic format.     
     
    h) System Implementation: 
         
    A minimum one-year parts and labour warranty that provides both on-site as well as phone support must be included as standard. This warranty must include the full instrument and parts. A qualified service tech must reply by phone within 24 hours of a call to the vendor; and/or an on-site repair/replacement of components within a 48-hour period 5 days a week.
    
    An additional minimum one year of phone support must be included.
      
    Trained application consultants must be available to discuss customized applications support.  The application consultant must be capable of on-site visits at the vendor’s expense for a period of one year. The one year period shall commence on the day of instrument acceptance. Application consultants will be available for contact by phone for a minimum of 10 years. 
    
    4. Applicability of the trade agreement(s) to the procurement
    This procurement is subject to the following trade agreements:
    Canadian Free Trade Agreement (CFTA);
    Canada - Chile Free Trade Agreement (CCFTA); 
    Canada - Colombia Free Trade Agreement;
    Canada - Honduras Free Trade Agreement;
    Canada - Korea Free Trade Agreement;
    Canada - Panama Free Trade Agreement; 
    Canada - Peru Free Trade Agreement (CPFTA).
    
    5. Justification for the Pre-Identified Supplier 
    
    The FIALab flow injection analyser is the replacement for the current Lachat system in use. The FIALab flow injection proposed by ATS Scientific Inc. is the direct replacement for the outdated Lachat model, which are no longer manufactured nor supported in the future. The only authorized seller of this specialized equipment required by the network in Canada is ATS Scientific Inc. ATS Scientific Inc. has exclusive rights to distribute the FIALab instruments requested in Canada. The 350.1 EPA methodology that these instruments use, are essential to attain the detection limits required in CAPMoN and the continuous analysis of thousands of samples annually. All flow injection instruments currently in-use in the laboratory were provided by ATS Scientific Inc. and the parts and consumables from current- in use instruments are compatible with the flow injection analyzer proposed. The FIALab methodology provides the rapid chemistry to complete thousands samples, follows the US EPA 350.1 methods already established and is compatible with pump, autosampler and consumables already established. This is essential for maintaining the integrity of CAPMoN’s long term monitoring data.
    
    6. Government Contracts Regulations Exception(s) 
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) only one person is capable of performing the contract.
    
    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):
    - Canadian Free Trade Agreement (CFTA) / Article 513.1(b) (iii) 
    - Canada-Chile Free Trade Agreement (CCFTA) / Article Kbis-09, para 1 (b)
    - Canada-Colombia Free Trade Agreement / Article 1409  para 1 (b) (iii)
    - Canada-Honduras Free Trade Agreement / Article 17.11 para 2 (b) (iii)
    - Canada-Korea Free Trade Agreement / which defers to WTO-AGP Article XIII, para 1 (b) (iii)
    - Canada-Panama Free Trade Agreement / Article 16.10 para 1 (b) (iii)
    
    8. Period of the proposed contract or Delivery date
    The products must be delivered by March 31 2021.
    
    9. Cost estimate of the proposed contract
    
    The estimate value of the contract is $174,370 CAD, applicable taxes extra.
    
    10. Name and address of the pre-identified supplier 
    
    ATS Scientific Inc.
    4030 Mainway, 
    Burlington ON
    Canada 
    L7M 4B9
    
    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. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Name: Long Pan
    Title: Supply Team Leader, Procurement Directorate
    Organization: Public Services and Procurement Canada - Ontario Region 
    Email: long.pan@pwgsc-tpsgc.gc.ca 
    Tel: 416-262-0724
    
    
    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.

    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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Pan, Long
    Phone
    (416) 262-0724 ( )
    Email
    long.pan@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    10th Floor, 4900 Yonge Street
    Toronto, Ontario, M2N 6A6

    Buying organization(s)

    Organization
    Environment 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
    Ontario (except NCR)
    Procurement method
    Non-Competitive
    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: