Digital Gamma Spectroscopy System

Solicitation number F1688-150014/A

Publication date

Closing date and time 2016/01/25 17:00 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: 
    Gamble Technologies Limited
    6535 Millcreek Drive
    Unit #71
    Mississauga Ontario
    Canada
    L5N2M2
    Nature of Requirements: 
    
    Digital Gamma Spectroscopy System
    
    F1688-150014/A
    Perez, Elizabeth
    Telephone No. - (604) 775-7690 
    Email:  Elizabeth.Perez@pwgsc-tpsgc.gc.ca
    
    The PWGSC office provides procurement services to the public in English.
    
    TITLE:   Digital Gamma Spectroscopy System
    
    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
    
    The Department of Fisheries and Oceans Canada (DFO), Cultus Lake Salmon Research Laboratory (CLSRL) has a requirement for one(1) Complete Digital Gamma Spectroscopy System. The system will primarily be used to radiometrically analyze sediment samples to develop age models for lake monitoring and long-term scientific research. 
    
    The range and typically low activities of the various radioisotopes measured by the CLSRL in environmental samples requires maximization of signal-to-noise, achieved through proprietary  technology that minimizes direct and indirect low frequency electrical noise (i.e. microphonics, ground loops), the presence of which can compromise the requirement for highly accurate and precise quantification of isotopic activities.  The CLSRL also requires a wiring arrangement that minimizes personnel exposure to high-voltage components.  
    
    The CLSRL gamma spectroscopy system requires the inclusion of an automated digital low-frequency noise reducer, and a limited-exposure risk wiring arrangement of high-voltage components to address the technical, and, the health and safety requirements.  ORTEC (AMETEK Inc.) produces the only instrumentation that currently meets these specifications.
    
    
    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:
    
    The Digital Gamma Spectroscopy System must have the following:
     
    1. All gamma spectroscopy system (hereafter ‘system’) components must be fully integrated and where possible automated, with full computer control of hardwareand software. 
    
    2. The system electronics must be capable of high data throughput (> 100,000 counts/second) with automatic recording to memory. 
    
    3. The system must possess an automatic pole-zero circuit with automatic and manual adjustment using computer controls, and visual adjustment without additional visualization equipment (i.e. on-screen, no separate oscilloscope). 
    
    4. The system must minimize potential personnel exposure to high-voltage components. 
    
    5. The system must use a high-purity germanium (HPGe) well detector with extra low background capable of receiving samples in test tubes. 
    
    6. The system detector must use a liquid nitrogen-cooled, vertical-dipstick-type cryostat, with an integrated condensing liquid nitrogen recycler, with the appropriate transfer apparatus (i.e. regulator, hoses, connectors) is required. 
    
    7. The system must incorporate an extra-low-background vertical lead shield (top access, copper lined), with anti-vibration stand. 
    
    8. The system must possessan automated low-frequency digital filter to minimize noise (i.e. microphonics, ground loops, etc.). 
    
    9. The system must incorporate a dedicated interface device (incl. PC, monitor, keyboard, mouse, Windows 10, USB 2.0 or better). 
    
    10. The system must incorporate control, data collection, and analysis software (including hardware control integration, spectral analysis, data collection). 
    
    11. The system must include a continuous power backup system (UPS) with constant electrical supply (min. 30minutes continuous power capability on battery power). 
    
    12. The system must include any and all necessary components and accessories not listed above to provide a complete, fully-functioning, and integrated gamma spectroscopy system for sediment radiometric dating. 
    
    
    3.  This procurement is subject to the following trade agreement(s)
    
    Agreement on Internal Trade (AIT)
    Free Trade Agreements with Chile/Columbia/Panama/Peru
    North American Free Trade Agreement (NAFTA)
    World Trade Organization Agreement on Government Procurement (WTO-AGP)
    
    
    4.  Justification for the Pre-Identified Supplier
    
    Gamma spectrometers are highly specialized and customized instruments, with a limited number of manufacturers producing such systems.
    
    The required technology is currently only offered by ORTEC (Low-Frequency Rejector Filter) and offered exclusively in Canada through Gamble Technologies Ltd.
    
    There are health and safety considerations with high voltage exposure, and the potential exposure of CLSRL personnel to high-voltage wires is required to be minimized to reduce risk of inadvertent electrical shock.  ORTEC exclusively provides a unique high-to-low voltage interface (Detector Interface Module), physically restricting desktop access to only the low voltage electrical components.
    
    In addition, CLSRL researchers collaborate with internationally recognized labs at numerous universities (e.g. Queens University, University of Regina, University of Waterloo), who exclusively use the proposed ORTEC gamma spectroscopy system.  Similarly, Flett Research Ltd. (Winnipeg), the only commercial lab producing sediment gamma spectroscopy dating services for lake sediments in Canada, also exclusively use the proposed ORTEC gamma spectroscopy system. 
    
    Harmonization of Government of Canada instrumentation with ongoing collaborators, and selection of the industry standard equipment provides additional significant benefits in terms of common scientific products, interchangeability of samples and consumables,and investments in instrument setup and troubleshooting.
    
    
    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):
    
    Agreement on Internal Trade (AIT) - Article 506 Item 12b. Where there isan absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitution exists.
    
    North American Free Trade Agreement (NAFTA) - Article 1016 Item 2b.  Where for works ofart, 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.
    
    World Trade Organization Agreement on Government Procurement (WTO-AGP) - Article XV.1 (b) of the World Trade Agreement, Agreement on Government Procurement is being invoked in this procurement, for reasons connected with the protection of exclusive rights.
    
    
    7.  Period of the proposed contract or delivery date
    
    The equipment must be delivered on or before March 31, 2016.  
    
    
    8.  Cost estimate of the proposed contract
    
    The estimated value of the contract is CDN $223,000.00 (Incl. applicable taxes, shipping and handling).
    
    
    9.  Name and address of the pre-identified supplier
    
    Gamble Technologies Ltd.
    Canadian Distributor, ORTEC Systems
    6535 Millcreek Drive, Unit #71
    Mississauga, ON  L5N 2M2
    
    
    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 fora submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is on or before January 25, 2016 at 2:00 P.M. PST.
    
    
    12.  Inquiries and statements of capabilities are to be directed to:
    
    Elizabeth Perez 
    A/Supply Specialist
    Public Works and Government Services Canada
    #219 - 800 Burrard Street
    Vancouver, BC  V6Z 0B9
    Telephone No.: (604) 775-7690 
    Email: Elizabeth.Perez@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

    • 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

    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
    Perez, Elizabeth
    Phone
    (604) 775-7690 ( )
    Fax
    (604) 775-7526
    Address
    219 - 800 Burrard Street
    800, rue Burrard, pièce 219
    Vancouver, BC, V6Z 0B9

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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: