Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

Portable Photosynthesis System

Solicitation number 01550-180496/A

Publication date

Closing date and time 2017/10/19 17:00 EDT


    Description
    Trade Agreement: 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: 
    LI-COR, Inc.
    PO Box 4425
    Lincoln Nebraska
    United States
    68504
    Nature of Requirements: 
    
    PORTABLE PHOTOSYSTHESIS SYSTEM
    
    01550-180496/A
    Lee, Hilda
    Telephone No. - (604) 764-6053
    Email:  Hilda.Lee@pwgsc-tpsgc.gc.ca
    
    The PWGSC office provides procurement services to the public in English.
    
    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.
    
    1.  Definition of the Requirement
    
    Agriculture and Agri-Food Canada has a requirement for the supply, delivery and training of one LI-680F Portable Photosynthesis System with Fluorometer.  Delivery is to 4200 Hwy 97 South, Summerland, BC.
    
    This system is an essential equipment for plant stress physiology research in Agriculture and Agri-Food newly established Tree Fruit Physiology program at Summerland Research and Development Centre (SuRDC).
    
    This system will be used to measure CO2 and H2O exchange, as well as chlorophyll fluorescence of plant leaves and young fruits, for calculation of photosynthesis, transpiration and stomatal conductance, and for evaluation of plant stress level under various environmental conditions.
    
    2.  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:
    
    - CO2 and H2O infrared gas analyzers must be located in the sensor head so gas concentrations are measured within the leaf cuvette mixing volume.  Gas samples must not be pumped from the leaf cuvette through hoses and filters before analysis so there are no time delays to confound correlations between gas exchange and changes in environmental driving variables.
    - H2O must be measured by the infrared gas analyzer, instead of a capacitance relative humidity sensor.
    - The gas analyzer CO2 signal noise must be <= 0.1 umol mol-1 RMS at 1Hz with 4 second averaging at 400 umol mol-1.
    - The optical bench must be user cleanable to avoid having to return the system to the factory for cleaning.
    - The system must be expandable to measure gas exchange and chlorophyll fluorescence measurements over the same leaf area with full control of environmental variables.
    - The fluorometer and software must support the Multiphase Flash protocol of sub-saturating light intensity to more accurately determine maximum chlorophyll fluorescence (Fm').
    - The system must supports Induction Kinetics with frequencies of 1Hz to 250KHz actinic light Output 0-3000 umol m-2 total at 25 degree Celsius and have saturation light intensity of 0 to 1600 umol m-2s-1 at 25 degree Celsius.
    - The system Red/Blue light source must have the uniformity +/- 10% over 90% of the aperture.
    - The system flow rates must be able to range up to 1700 umol s-1 at standard ambient temperature (25 degree Celsius) and pressure (100kPa).
    - Instrument configuration and data acquisition must have the ability to be remotely controlled through Ethernet connection.
    - The system must be portable and robust in various environments.
    - The system software must be able to export data in both text and Microsoft Excel (.txt and .xls) formats, and facilitate bar- code reader support in the software.
    
    3.  This procurement is subject to the following trade agreements
    
    • Canada Free Trade Agreement (CFTA)
    • North American Free Trade Agreement (NAFTA)
    • Canada-Chile Free Trade Agreement
    • 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
    
    4.  Justification for the Pre-Identified Supplier
    
    LI-COR, Inc. is the designer and manufacturer of LI-6800F Photosynthesis System and also sole distributor in North America.  Therefore, the system can only be purchased through LI-COR, Inc.
    
    5.  Government Contracts Regulations Exception
    
    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".
    
    6.  Limited Tendering Reasons
    
    The following limited tendering reasons are invoked under the (section of the trade agreement(s) specified):
    
    Canadian Free Trade Agreement (CFTA) - Article 513.1 (b)(iii). 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 Item 2b.  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 and the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    
    7.  Cost estimate of the proposed contract
    
    The estimated value of the contract for initial quantity is $67,500.00 (Applicable taxes included).  There is an option to purchase for additional one (1) unit with an estimated cost of $67,500.00 (Applicable taxes included).
    
    8.  Name and address of the pre-identified supplier
    
    LI-COR, Inc.
    4421 Superior St.
    Lincoln, NE 68504 
    USA
    
    9.  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.
    
    10.  Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is on or before October 19 at 2:00 P.M. Pacific Time.
    
    
    11.  Inquiries and statements of capabilities are to be directed to:
    
    Hilda Lee
    Supply Specialist
    Public Works and Government Services Canada
    #219 - 800 Burrard Street
    Vancouver, BC  V6Z 0B9
    Telephone No.: (604) 764-6053
    Email: Hilda.Lee@pwgsc-tpsgc.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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Lee, Hilda
    Phone
    (604) 764-6053 ( )
    Email
    hilda.lee@pwgsc-tpsgc.gc.ca
    Fax
    (604) 775-7526
    Address
    219 - 800 Burrard Street
    800, rue Burrard, pièce 219
    Vancouver, BC, V6Z 0B9

    Buying organization(s)

    Organization
    Agriculture and Agri-Food Canada
    Address
    1341 Baseline Road
    Ottawa, Ontario, K1A0C5
    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
    British Columbia
    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: