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) 

Real Time PCR System

Solicitation number 6D063-132302/A

Publication date

Closing date and time 2014/02/03 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: Interchangeable Parts
    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.: 6D063-132302/A
    
    
    
    TITLE:	Real Time PCR System
    
    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 Real Time PCR
    System.
    
    
    DEFINITION OF REQUIREMENT
    The Public Health Agency of Canada has a requirement for the
    supply and delivery of one (1) ViiA 7 Real Time PCR System.  
    
    The National Laboratory for HIV Reference Services (NLHRS)
    represents Canada's premier reference laboratory for HIV and
    HTLV testing in support of testing programs conducted by
    provincial ministries of health and the Canadian Blood Services.
    Our role is to strengthen the country's capacity to diagnose,
    detect and characterize HIV infection, which threatens the
    public health system and blood supply. Our reference diagnostic
    testing program and Reference Material, Proficiency testing and
    External Quality Control program supports national and
    international stakeholders. As well, our Surveillance program is
    at the leading edge of new and novel HIV and Hepatitis C testing
    due to its reference diagnostic and technical capacity and we
    have the ability to rapidly 'alert' public health and blood
    screening agencies of potential new threats. We have extensive
    experience in molecular and serological testing, from a variety
    of sample types, for HIV-1 and HIV-2 as well as other human
    retroviruses (Human T-cell Leukemia Virus (HTLV-I, HTLV-II), SIV
    and endogenous retroviruses (ERVs)). Our laboratory is also
    actively involved in the development and optimization of new and
    innovative technologies.  
    
    The NLHRS also possesses an invaluable expertise in HIV
    serological and molecular testing of challenging samples (whole
    blood, cell pellets, plasma, formalin fixed and frozen tissue
    and dried blood spots (DBS), etc.) for Canadian provinces and
    the Canadian Blood Services. This requires us to deliver time
    sensitive results in a timely manner in order to avoid
    devastating consequences for patients across Canada.
    
    The NLHRS has a need for a multi-functional thermal cycler that
    has the capacity to perform high resolution melting (HRM). The
    NLHRS currently borrows a Life Technologies ViiA™ 7 Real-Time
    PCR System from a different lab.  HRM is used for the
    determination of genetically diverse HIVs that are sent to us by
    Canadian Public Health Labs. The method, chemistry and software
    that have been part of the development of the standard operating
    procedure (SOP) has taken considerable time to develop. Although
    there are other vendors who may have the ability to perform HRM,
    the ViiA7 technology has already been established and is already
    part of our workflow. The justification for a second unit is to
    enhance our productivity (increase through-put) without
    disrupting the current workflow.
    
    The Real Time PCR System must be compatible with running our
    current diagnostic tests which are currently being performed
    manually. Compatible means that migration from the current
    platform to a new platform will be seamless. No other instrument
    would be acceptable as it would not fall within our current
    workflow or be able to be used interchangeably with the current
    instrument the NLHRS borrows. 
    
    
    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
    1.	The Real Time PCR HRM system must be compatible with the
    current chemistry and workflow.
    2.	The Real Time PCR HRM system must have the option of
    user-interchangeable blocks to accommodate 96-well, Fast 96-well
    low volume, 384-well plates or TaqMan® Array Cards. No service
    visits or re-calibration are necessary after a block change. The
    interchangeable blocks must be accessible from the front of the
    instrument to help maximize bench space and provide tool-free
    block exchange capability.
    
    3.	The Real Time PCR system must have the capacity to perform
    high resolution melting (HRM).
    4.	The Real Time PCR system must have the option for automation
    compatibility to maximize productivity.
    
    5.	The Real Time PCR system must not be limited to needing
    liquid-handling robots or complex pipetting to use the 384-well
    plates. 
    
    6.	The Real Time PCR system must have procedures in place for
    data recovery capabilities.
    
    7.	The Real Time PCR system must have a minimum of six decoupled
    excitation and emission filter channels for multiplexing.
    
    8.	The instrument includes a user-interchangeable light source
    that is readily accessible and can be replaced from the front of
    the instrument. The light source has a median lifetime of at
    least 2000 hours.
    
    9.	The Real Time PCR system must allow for flexible data
    collection, including during temperature ramp stages.
    
    10.	The Real Time PCR system must be able to detect target
    quality changes as small as 1.5 fold in a singleplex reaction.
    
    11.	The ability to monitor the progress of the PCR reaction as
    it occurs in real-time.
    
    12.	The ability to precisely measure the amount of amplicon at
    each cycle.
    
    13.	An increased dynamic range of detection compared to other
    nucleic acid detection methods.
    
    14.	The combination of amplification and detection in a single
    tube, which eliminates post-PCR manipulations
    .
    15.	The instrument must have an on-board computer and can run in
    standalone mode, without a computer attached. The on-board
    computer must also have the ability to store protocols for quick
    run starts without needing a separate computer. The instrument
    must also allow for uploading of protocols or downloading of run
    files using a USB interface.
    
    16.	The instrument includes a license to software at no cost
    that is designed to collect and analyze the fluorescence data
    for the applications of absolute quantification, relative
    quantification, presence/absence assays, and allelic
    discrimination/SNP (Single Nucleotide Polymorphism) detection.
    The instrument software must also provide raw fluorescent data
    and multicomponent (segregated by dye type) data for
    troubleshooting of experiment. Instrument software must also
    include statistical analysis tools like Box-Whisker plots to
    assess Ct distribution, scatter plots and heat maps to assess
    sample correlation and quality.
    
    17.	The Real Time PCR system, in addition to  high resolution
    melting  (HRM) must support a variety of application including:
    -	Mutation Scanning -	Gene expression
    -	MicroRNA profiling
    -	SNP genotyping
    -	Copy number variation
    -	Protein assays with proximity ligation assays
    -	Non-coding and Pri-miRNA assays
    -	Pathogen Detection, Strain Typing, and Viral Load
    -	Methylation and other Epigenetic Applications
    
    JUSTIFICATION FOR PRE-IDENTIFIED SUPPLIER
    Life Technologies Inc. is the only known supplier that can
    provide a Real Time PCR System 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(a) to ensure
    compatibility with existing products, to recognize exclusive
    rights, such as exclusive licences, copywright and patent
    rights, or to maintain specialized products that must be
    maintained by the manufacturer or its prepresentative;
    
    North American Free Trade Agreement (NAFTA), 1016.2(d) for
    additonal deliveries by the original supplier that are intended
    either as replacement parts or continuing services for existing
    suppliers, services or installations, or as the extension of
    existing suppliers, 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;
    
    
    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: