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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- 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 RoadOttawa, Ontario, K1A 0K9Canada
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.