SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Quant Studio OpenArray PCR

Solicitation number 6D063-132306/A

Publication date

Closing date and time 2014/01/23 15:00 EST


    Description
    Trade Agreement: 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: 
    Life Technologies Inc.
    5250 Main Way
    Burlington Ontario
    Canada
    L7L5Z1
    Nature of Requirements: 
    Marlene Hall
    Supply Specialist
    Telephone:  204 984-6423
    E-mail:  marlene.hall@pwgsc-tpsgc.gc.ca
    
    File No.: 6D063-132306/A
    
    
    
    TITLE:	Quant Studio Open Array PCR
    
    Public Works and Government Services Canada (PWGSC), on behalf
    of Public Health Agency Canada (PHAC), intends to negotiate with
    Life Technologies Inc. for the provision of a Quant Studio Open
    Array PCR.
    
    
    DEFINITION OF REQUIREMENT
    The National Laboratory for HIV Genetics (NLHG) contributes to
    the global effort against the HIV/AIDS pandemic by performing
    genetic analysis of HIV for a number of activities including the
    Canadian HIV/AIDS Stain and Drug Resistance Surveillance
    Program. The NLHG monitors and evaluates trends in HIV drug
    resistance and HIV subtype distribution, ensures the quality of
    HIV diagnostic testing, informs vaccine development, guides
    antiretroviral selection and facilitates our understanding of
    HIV transmission patterns.
    
    The QuantStudio 12KFlex (Open array) will provide us with
    greater flexibility for research into drug resistance mutation
    analysis. Due to the multi-format capability, the instrument
    will replace multiple other real-time and HRM instruments that
    are nearing the end of their life cycle. In addition, the
    QuantStudio 12KFlex is the only instrument that is compatible
    with the proprietary Open Array technology that we are using to
    develop new HIV drug resistance assays in our laboratory. We
    will be able to integrate the QuantStudio with existing
    equipment, SOPs, and reagents, without wasting any time on extra
    validation involved with any other instrument.
    
    This requirement includes trade-ins, Model ABI 7000, Serial
    number 270002001 and BioTrove Open Array NT Cycler, Serial
    number NT 0215, as part of the purchase.
    
    SECURITY REQUIREMENT
    There is a security requirement associated with this requirement.
    
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its product meets the following mandatory
    requirements:
    
    PERFORMANCE/ CRITERIA/OBJECTIVES/SPECIFICATIONS
    Instrument must feature:
    
    Sample capacity: 4 plates (to allow for higher sample throughput)
    
    Fluorescence excitation: 470 nm, 520 nm, 550 nm, 640 nm, 662 nm
    
    Fluorescence emission: 520 nm, 558 nm, 623 nm, 682 nm, 711 nm
    (this it to enable collection of up to 21 unique combinations of
    wavelengths during a single run for multiplexing)
    
    Uniformity: [  0.5°C
    
    Temperature Range: 4°C to 99.9°C
    
    Heating: 3°C/sec
    
    Cooling: 3°C/sec
    
    The instrument must come with user-interchangeable blocks to
    accommodate 96-well, Fast 96-well low volume, 384-well plates,
    TaqMan Array Cards, or OpenArray plates. These features allows
    us to run many samples as well as just a few for an individual
    test.
    
    The instrument must include a long-lasting light source that has
    a median lifetime of at least 5 years (to lower the costs for
    replacement).
    
    The instrument must have a user friendly touch screen, allowing
    for quick run start as well as protocols and data storage.
    However, it must also be run with a software that can control
    the instrument and analyze date from a remote computer within
    the same network.
    
    The instrument must demonstrate sensitivity down to 1 copy for
    all block types to allow for more accurate results, as this is
    the level of sensitivity required by our laboratory.
    
    The instrument software must be compatible with our current SOPs
    and workflow with minimal adaptation required. (ex: be able to
    manage Open Array data). The instrument must support current
    kits and reagents used in our laboratory and optimized in our
    SOPs.
    
    The instrument could also be used for SNP genotyping, miRNA
    profiling, digital PCR and gene expression profiling.
    
    Purchase of the system must include local service of engineers,
    regional technical support/applications training in English
    and/or French, on-site, in-lab customer training in English
    and/or French, technical support via phone and Internet and 1
    year parts and labour warranty.
    
    
    JUSTIFICATION FOR PRE-IDENTIFIED SUPPLIER
    Life Technologies Inc. is the only known supplier that can
    provide an Quant Studio Open Array PCR that meets all of the
    mandatory performance specifications.
    
    
    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(b) 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), 1016.2(b) 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, the goods or services can be supplied only by
    a particular supplier and no reasonable alternative or
    substitute exists;
    
    
    DELIVERY DATE
    The equipment must be delivered on or before March 31, 2014, FOB
    destination.
    
    
    PRE-IDENTIFIED SUPPLIER
    Life Technologies Inc.
    5250 Mainway
    Burlington, Ontario
    L7K 5Z1
    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
    • 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: