Typhoon FLA7000 Biomolecular Imager
Solicitation number 6D063-132298/A
Publication date
Closing date and time 2014/02/11 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: GE HEALTHCARE BIO-SCIENCES INC. / GE SANTE BIO-SCIENCES INC. 500 Morgan Blvd. Baie d'Urfé Quebec Canada H9X3V1 Nature of Requirements: Marlene Hall Supply Specialist Telephone: 204 984-6423 E-mail: marlene.hall@pwgsc-tpsgc.gc.ca File No.: 6D063-132298/A TITLE: TYPHOON FLA7000 BIOMOLECULAR IMAGER Public Works and Government Services Canada (PWGSC), on behalf of Public Health Agency Canada (PHAC), intends to negotiate with GE Healthcare Bio-Sciences Inc. for the provision of a Typhoon FLA7000 Biomolecular Imager. DEFINITION OF REQUIREMENT The Public Health Agency of Canada (PHAC), National Laboratory for HIV Reference Services (NLHRS) has a requirement for one (1) Typhoon FLA7000 biomolecular imager for the JC Wilt Infectious Disease Laboratory in Winnipeg. The NLHRS (National Laboratory for HIV Reference Services) provides HIV and HTLV (Human T-cell Leukemia Virus I/II) serology and molecular reference services in support of testing programs conducted by provincial ministries of health and the Canadian Blood Services. The NLHRS provides quality assurance programs to national and international laboratories for HIV viral load testing, and HIV antibody testing. The 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 (tissue, cadaveric, dried blood specimens, etc.) for other 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 is being relocated to a new laboratory in a different province and does not possess the facilities (darkroom, drain with a silver trap adjacent to a developer) or equipment to develop a radiographic film. Therefore, the lab requires a benchtop phosphor-imager to replace the chemical development of films used in diagnostic tests that use radioactivity. The technology used in phosphor-imaging is considered more sensitive than current film and chemical developing, and will reduce the use of chemicals. This 'greening' of the process will make the protocols safer for our personnel and the environment. The Typhoon FLA7000 biomolecular imager also images radio isotopic, visible fluorescent, chemifluorescent, and colorimetric samples, making it compatible with our current and diverse SOPs that require imaging. 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 system must be able to give sensitive and quantitative measurements of radio isotopic labels (3H, 11C, 14C, 125I, 18F, 32P, 33P, 35S, 99mTc), single fluorescence (4 lasers; 473 nm, 532 nm, 635 nm, 650 nm), chemifluorescent Western blots as well as digitization of colorimetric stains to allow for sensitive detection of products with all methods used in our laboratory. 2. The instrument must feature a scanning area large enough to enable simultaneous imaging of up to 12 gels or blots (8 x 10 cm). This facilitates comparisons among blots, sample throughput and reduces workload and waiting time. 3. The whole scanning area must be scanned in less than 2.5 minutes at 100 µm resolution without compromising sensitivity to facilitate sample processing in our multiuser laboratory environment. 4. The instrument must generate 16-bit images at up to 25 µm pixel resolution. The linear signal response must cover a span of five orders of magnitude to give precise quantitation in gels and blots. This will ensure we report accurate results to our partners. 5. Gels must not need to be dried up to be processed on the instrument, saving us precious time in obtaining results. 6. The instrument must allow precise quantitation of proteins, nucleic acids, and other biomolecules to allow us to use it for multiple types of experiments. 7. Emission filters must be easily accessible and exchangeable without tools for attaining optimal imaging conditions. JUSTIFICATION FOR PRE-IDENTIFIED SUPPLIER GE Healthcare Bio-Sciences Inc. is the only known supplier that can provide a Biomolecular Imager 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 GE Healthcare Bio-Sciences Inc. 500 Morgan Blvd. Baie d'Urfé, Quebec H9X 3V1 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)
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.