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 39903-140530/A

Publication date

Closing date and time 2014/02/04 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.: 39903-140530/A
    
    
    
    TITLE:	Real Time PCR System
    Public Works and Government Services Canada (PWGSC), on behalf
    of the Canadian Food Inspection Agency (CFIA), intends to
    negotiate with Life Technologies Inc. for the provision of a
    Real Time PCR System.
    
    
    DEFINITION OF REQUIREMENT
    The Canadian Food Inspection Agency has a requirement for the
    supply and delivery of one (1) 7500 FAST Real Time PCR System.  
    
    The Canadian Food Inspection Agency's quantitative PCR (qPCR)
    assays used in diagnostics and research were developed and
    validated to run on Applied Biosystems (ABI) platforms.  CFIA
    requires an instrument that is compatible with existing ABI
    instruments. 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
    instruments. 
    
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its product meets the following mandatory
    requirements:
    
    MANDATORY PERFORMANCE SPECIFICATIONS
    
    1.	The total system, including computer, must be capable of
    fitting within the following footprint:  
    	80 cm x 40 cm
    
    2.	Power Requirements: 120V, 50/60 Hz, Nominal Current Draw of 8
    A, Power of 950 W. 
    	Capable of plugging into a 15 A wall receptacle with proper
    grounding.
    
    3.	The instrument must have a Peltier-based, 96-well block
    thermal cycling system. The block 
    	must have a temperature range of 4°C to 100°C with a
    temperature accuracy of ± 0.25°C of 
    	the setpoint/display temperature and a temperature uniformity
    of ± 0.50°C. The block to have 
    	a peak heating rate of 5.5°C/second and a ramp rate of
    3.5°C/second.
    
    4.	The instrument must have an optical system comprised of a CCD
    camera with halogen lamp
    	excitation equipped with five-excitation and five-emission
    filters. Spectral cross-talk must be
    	minimized for multiplexing applications.
    
    5.	The instrument must be calibrated to handle the following
    dyes at installation: FAM /SYBR 
    	Green, VIC /JOE, NED /TAMRA /Cy3, ROX / Texas Red, and Cy5. The
    instrument must also 
    	be capable of being calibrated for additional dyes. The
    instrument must possess the option of
    	using a passive reference dye such as ROX or any calibrate dye.
    
    6.	Sample format must consist of 96-well plates capable of
    handling reaction volumes of 5 µL to 
    	30 µL and optimized for 10 µL.
    
    7.	The instrument must have a linear dynamic range of 9 logs and
    be capable of detecting 1 copy 
    	of template molecule in a 20 µL reaction for a single reporter
    hydrolysis probe based assay 
    	with 99.7% confidence. It should be capable of differentiating
    between 5000 and 1000 copies 
    	of a template molecule with 99.7% confidence.
    
    8.	The instrument must have the capability of completing runs in
    as little as 30 minutes and 
    	possess a throughput of 4 to 5 96-well plates per day.
    
    9.	The system must come with a laptop computer that must run on
    a Windows 7 operating 
    	system and have the following software applications:
    comparative Ct, standard curve, relative
    	standard curve, allelic discrimination, plus/minus, and high
    resolution melting point analysis
    	capable of identifying the Tm of up to three melt curve
    products per well. Dye discrimination 
    	must provide the capability of multiplexing up to 5 targets per
    well.
    
    
    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, 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
    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
    Canadian Food Inspection Agency
    Address
    1400 Merivale Road
    Ottawa, Ontario, K1A 0Y9
    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
    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: