Fraction Collector

Solicitation number 6D063-151292/A

Publication date

Closing date and time 2015/12/07 15:00 EST

Last amendment date


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    BIOCOMP INSTRUMENTS LTD
    650 CHURCHILL ROW
    FREDERICTON New Brunswick
    Canada
    E3B1P6
    Nature of Requirements: 
    
    Fraction Collector
    
    6D063-151292/A
    Hall, Marlene
    Telephone No. - (204) 230-0147 
    Fax No. - (204) 983-7796 
    
    TITLE: Fraction Collector
    Public Works and Government Services Canada (PWGSC), on behalf of 
    Public Health Agency Canada (PHAC), intendsto negotiate with BioComp Instruments, Ltd. for the provision of 2 Fraction Collectors.
    
    
    BACKGROUND
    The Public Health Agency of Canada has a requirement for the supply, delivery, installation and training of 2 Fraction Collectors.  
    
    The Viral Diseases Division in the National Microbiology Laboratory, detects, identifies and purifies a variety of infectious viral samples. Th
    
    is work is done in biological level 2 and 3 contaiment laboratories, in 
    
    biological safety cabinets. Two fractionation systems are being requested; one for level 2 and one for level 3 containment. These will be used to collect and purify viral samples after ultracentrifugation. In addition, the fractionation systems will be used to purify both viral 
    
    
    samples,as well asvirus-like particles. This equipment will be 
    essential for working with these viral specimens.
    
    SECURITY REQUIREMENT
    There is a security requirement associated with this requirement.
    
    
    Any interested supplier must demonstrate by way of a statementof capabilities that its product meets the following mandatory requirements:
    
    TECHNICAL REQUIREMENTS
    The Fraction Collector instruments must meet the following specifications:
    
    1. The system being requested will be used to collect fractions ofbiological samples after they have been processed by centrifugation.  The systems being purchased must be composed of two complete fractionators and ancillary components (as described below), plus one gradient maker.
    2. The system will be used in classII biological safely cabinet, one will be in level 2 containment and one will be in level 3 containment laboratories.  Therefore, the fractionator must fit inside of the cabinet.  In order to fit in the following dimensions are required: The maximum height o
    f the fractionator must be 27 inches or less.  The maximum width of the 
    fractionator must be 24 inches or less. The maximum depth of the fractionator must be 20 inches or less.  The fractionator must be able to fit through the front opening ofthe biological safely cabinet which has a maximum height of 19 inches.
    3. The purchase must include one gradient maker.
    4. The system (gradient maker, and two fraction collectors) must be configured to accommodate tubes from Beckman SW40 rotors.
    5. The system must include at least two boxes (50 tubes/box) of Beckman SW40 com
    patible ultracentrifuge tubes.
    6. The purchase must include two fraction collectors.
    7. The system must include two UV monitors, and filters for 254 nm and 280 nm.
    8. The system must include any racks, wires, tubing, or connectors required to interface the UV monitors and fraction collectors to the fractionator.
    9. The system must be equipped with a visible light based illumination system which permits visualization of bands in the centrifuge tubes prior to fraction collection.
    10. The system must be able to rinse out the tubing between fractions being collected (from the same tube) to eliminate cross-contamination between fractions.  
    11. The system will be used with infectious samples in centrifuge tube
    s, as such the system must only remove the liquid from the top of the tube, and in no way should the tube be pierced or perforated by a sharp needle or anythi
    ng similar.
    12. The systems will be used in level 2 and level 3 containment laboratories,therefore the output profiles from the gradients must be electronic, and not paper (i.e. no chart recorder). 
    13. The purchase must include two laptop computers, and the necessary wires to connect them to the fractionator,andthe software necessary to run wi
    th the fractionator. 
    14. The length of the wires connecting the laptop computer to the fractionator must be long enough (4 feet or longer) so that the fractionator can be in the biological safely cabinet and the laptop computer can be operated outside of the biological safety cabinet.  
    15. The system must operate on standard North American voltage (110 V AC).
    16. The system must include in its cost at least a one year warranty (parts and labor included). 
    17. Thesystem must be delivered by March31, 2016.  
    18. System will require onsite installation and training.  For the onsite in stallation and training all Canadian Science Centre for Human and An
    imal Health (CSCHAH) security requirements must be met for
    contractors that enter the building.
    
    JUSTIFICATION FOR PRE-IDENTIFIED SUPPLIER
    BioComp Instruments, Ltd. is the only known supplier that can provide a 
    
    
    Fraction Collector 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 competitionfor 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 alternativeor substitute exists; 
    
    Chile TA, Article Kbis-09 (b) where, for the works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information orwhere there is an absence of competition for technical reason, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitut
    
    e exists;
    
    Peru TA, Article 1409,1(b) where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons: (i) 
    
    
    the requirement is for a work of art, (ii) the protection of patents, copyrights or other exclusive rights, or (iii)due to an absence of competition for technical reasons;
    
    Columbia TA, Article 1409,1(b) where the goods or services can be supplied only by a particular supplier and no reasonable alternative or subs
    
    titute goods or services exist for any of the following reasons: (i) 
    the requirement is for a work of art, (ii) the protection of patents, copyrights or other exclusive rights, or (iii) due to an absence of competition for technical reasons;
    
    
    DELIVERY DATE
    All deliverables must be onor before March 31, 2016, FOB destination.
    
    
    PRE-IDENTIFIED SUPPLIER
    BioComp Instruments, Ltd.
    650 Churchill Row
    Fredericton, NB.
    Canada  E3B 1P6
    
    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)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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) 230-0147 ( )
    Fax
    (204) 983-7796
    Address
    Room 100
    167 Lombard Ave.
    Winnipeg, Manitoba, R3B 0T6

    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
    Procurement method
    Non-Competitive
    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: