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) 

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)

    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
    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: