Q-Exactive System

Solicitation number 6D063-132294/A

Publication date

Closing date and time 2013/10/07 15:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    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: 
    THERMO FISHER SCIENTIFIC (MISSISSAUGA) INC.
    2845 Argentia Rd
    Unit 4
    Mississauga Ontario
    Canada
    L5N8G6
    Nature of Requirements: 
    Marlene Hall
    Supply Specialist
    Telephone:  204 984-6423
    E-mail:  marlene.hall@pwgsc-tpsgc.gc.ca
    File No.: 6D063-132294/A
    
    
    
    TITLE:	Q-Exactive System
    
    Public Works and Government Services Canada (PWGSC), on behalf
    of Public Health Agency Canada (PHAC), intends to negotiate with
    Thermo Fisher Scientific Mississauga Inc. for the provision of a
    Q-Exactive System.
    
    DEFINITION OF REQUIREMENT
    Public Health Agency Canada (PHAC) has a requirement for a
    LC/MS/MS System for biological research. The Mass Spectrometry
    and Proteomics (MSP) Core Facility supports National
    Microbiology Laboratory (NML) in mass spectrometry analysis. Our
    key technologies include 2D-LC/MS/MS and MALDI-TOF MS, which are
    used to measures biological systems at the protein level. We use
    these tools to provide services and applications for better
    prevention, treatment and diagnosis of infectious disease. The
    Q-Exactive and accompanying components must function as an
    interchangeable unit in a suite of two other pre-existing
    Orbitrap-based instruments, LTQ Orbitrap XL and LTQ Orbitrap
    Velos. This is necessary in order that the lab can generate
    comparable data sets for current projects with large sample
    numbers requiring multiple instruments. It is imperative that
    the new system is compatible with pre-existing platforms to
    scale-up and increase sample-throughput capacity. 
    
    In order to maintain consistency in our research and downstream
    analysis, having access to the same technology is imperative. To
    analyze historical data and to be able to compare it to new data
    generated, we need to use the same make of instrument. The
    inability to statistically compare old data to new data would
    have adverse outcomes for our scientific data and potential for
    publications.  
    
    MINIMUM PERFORMANCE CRITERIA / SPECIFICATIONS
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its product meets the following mandatory
    requirements:
    	a bench top nano-LC/MS/MS system that spans no more than 95 cm
    in width due to space constraints;
    	Resolution of at least 100,000 FWHM and mass accuracy < 1 (3)
    ppm with internal (external) calibration. High resolution is
    required for the deconvolution of overlapping ion signals, e.g.,
    near-isobaric peptides or fragments, in the analysis of complex
    matrices, and improving highest possible confidence in protein
    identification;
    
    	As a core lab servicing many clients with many different types
    of biological samples, we require simple plug-and-play nano-LC
    columns for rapid (< 1 min) changing of columns and easy-of-use;
    
    	Different peptide fragmentation options for peptide sequencing
    and PTM analysis: Collision Induced Dissociation (CID) and
    Higher Energy Collisional Dissociation (HCD);
    
    	In addition to biomarker discovery workflows, must have rapid
    targeted quantitation/biomarker screening with multiplexed SIM
    and multiplexed MS/MS spectra of up to 10 simultaneously
    detected precursor ions;
    
    	The nano-LC/MS/MS must be able to function as an
    interchangeable unit in a suite of two other pre-existing
    Orbitrap-based instruments. This is necessary in order that the
    lab can generate comparable data sets for current projects with
    large sample numbers requiring multiple instruments.
    
    JUSTIFICATION FOR PRE-IDENTIFIED SUPPLIER
    Thermo Fisher Scientific is the only known supplier that can
    provide a bench-top nano-LC/MS/MS that meets all of the
    mandatory performance specifications and will integrate with
    existing data-processing pipelines already in lab use, including
    Proteome Discoverer, Mascot, and Scaffold for iTRAQ and TMT
    experiments.
    
    SECURITY REQUIREMENT
    There is a security requirement associated with this requirement.
    
    TRADE AGREEMENTS
    The following limited tendering reasons pertain to this
    requirement:
    
    Government Contract Regulations, Part 1, Section 6(d) only one
    person is capable of performing the contract.
    
    Government 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;
    
    North American Free Trade Agreement (NAFTA), 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;
    
    World Trade Organization Agreement on Government Procurement
    (WTO-AGP), Article XV(d) for additional deliveries by the
    original supplier which are intended either as parts replacement
    for existing supplies, or installations, or as the extension of
    existing supplies, services or installation 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;
    
    DELIVERY DATE
    The equipment must be delivered on or before March 31, 2014, FOB
    destination.
    
    PRE-IDENTIFIED SUPPLIER
    Thermo Fisher Scientific Mississauga Inc.
    2845 Argentia Road, Unit 4
    Mississauga, Ontario
    L5N 8G6  Canada
    
    
    
    
    	
    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)

    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
    Hall, Marlene
    Phone
    (204) 984-6423 ( )
    Fax
    (204) 983-7796
    Address
    PO Box 1408, Room 100
    167 Lombard Ave.
    Winnipeg, Manitoba, R3C 2Z1

    Buying organization(s)

    Organization
    Public Health Agency of Canada
    Address
    130 Colonnade Road
    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
    Manitoba

    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: