IHC Stainer

Solicitation number 39903-130199/A

Publication date

Closing date and time 2012/11/09 14:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    DAKO CANADA INC.
    12 Falconer Drive
    Unit 4
    Mississauga Ontario
    Canada
    L5N3L9
    Nature of Requirements: 
    IHC Stainer
    
    39903-130199/A
    Barenz, Leanne
    Telephone No. - (204) 983-0506 
    Fax No. - (204) 983-7796
    
    Public Works and Government Services Canada (PWGSC), on behalf
    of the Canadian Food Inspection Agency (CFIA), intends to
    negotiate with Dako Canada Inc. for the provision of the
    following:
    
    Dako Autostainer Link 48
    
    Automated Immunohistochemistry Staining System Specifications
    
    Introduction
    The Canadian Food Inspection Agency (CFIA) has a requirement for
    two (2), bench top, immunohistochemical (IHC) staining
    instruments to upgrade its capabilities at its Lethbridge and
    Winnipeg laboratory facilities. The CFIA Lethbridge Laboratory
    is home to one of four OIE BSE Reference Laboratories and the
    Canadian BSE Reference Laboratory. The Winnipeg Laboratory
    participates in annual proficiency testing distributed by the
    Reference Laboratory as well as serving as the "back-up"
    laboratory for BSE confirmation. The BSE reference  laboratory'
    s mandate is the confirmation of suspect samples (including
    international suspect cases), quality assurance & quality
    control for BSE screening laboratories and validation of test
    methods. The main test to confirm BSE in a sample is by IHC.
    
    1.  Mandatory Physical Specifications:
    1a.  	Footprint size can not exceed: 27 " D x 90 " W
    1b.  	Electrical specifications: 120 V	
    1c.  	Bench top configuration to accommodate limited space
    
    2.  Mandatory Performance Specifications:
    2a.	Large run capacity, minimum 48 slides, through put run time
    of 48 slides including 		deparafinization, rehydration and
    pretreatments must be completed in 3-5 hours.
    2b.  	Capability of running multiple protocols (5-10), with
    varying reagent volumes and 		incubation times simultaneously
    within a single staining rack.
    2c.  	Completely "open" system - flexibility of using in-house
    antibodies, reagents from 		multiple vendors (veterinary and
    research applications) including wash buffer, target
    		retrievals, kits, serum block, blocking agents, chromogens and
    slides.  Full disclosure of 		any additional requirements if
    running another companies reagents or kits.
    2d.  	Multiple reagent vial capacity, capable of using a minimum
    of 5 antibodies per run, as 		well as multiple detection kits
    simultaneously.
    2e.  	Ability to create and use in-house custom protocols.
    2f.  	Ability to separates hazardous waste from non-hazardous
    waste, resulting in the minimal 		generation of hazardous waste.
    2g.  	Variable reagent dispensing volume capabilities, ranging
    from 100 - 500ul.
    2h.  	Dropzone variability on a slide-by-slide basis.
    2i.  	Capability of running double and triple stains
    2j.  	Ability to print slide labels while the IHC run is running.
    2k.  	Ability to connect with both LAN and WAN systems.
    2l.  	Ability to provide standardized and customized printable
    IHC reports (for example 		capturing what pretreatment,
    antibody, kit and chromogen was used during a run) 
    2m.  	Ability to produce customized printable quality reports
    (for example capturing kit lot 		numbers) and searches with the
    autostainer software.
    2n.  	Complete traceability of slides, reagents and software
    events.
    2o.  	All peripheral equipment required to run the stainer
    including: computer, keyboard, 		mouse, monitor, server for WAN
    capabilities, report printer, slide label printer, barcode
    		reader, uninterrupted power supply, surge protector.  All
    components must fit in above 		stated footprint. 
    
    3.  Preferred Specifications
    3a.  	Ability to have a delayed run start.	
    
    4.  Additional Requirements:
    4a.  	12 month warranty on parts and labor
    4b.  	preventative maintenance visit one year following
    installation including parts, labor and 		travel.
    4c.  	On-site technical installation.
    4d.  	Expert Immunohistochemistry Technical Specialist available
    for  troubleshooting with 		complete product knowledge (please
    provide customer references to support).
    4e.  	Expert service technician located in Canada to ensure
    quick response time (<24hrs) and 		minimize travel costs on
    service calls.
    4f.  	Operational and Service manual for both sites.
    
    *Each of the above requirements are expected to be met at both
    facility sites (NCAD CFIA Lethbridge and Winnipeg Laboratories)
    
    Sole Source Supplier:
    Dako Autostainer Link 48
    Dako Canada Inc
    1100 Burloak Drive, Suite 604
    Burlington, Ontario
    L7L 6B2
    
    TRADE AGREEMENTS
    
    The following trade agreements are applicable to this
    procurement: The Agreement on Internal Trade (AIT), the North
    American Free Trade Agreement (NAFTA) and the WTO-AGP. 
    Article 1016.2(b) of NAFTA and Article 506.12(b) of AIT are all
    applicable as this requirement can be fulfilled by only one
    supplier.
    Section 6 of the Government Contract Regulations applies as only
    one person or firm is capable of performing the contract.
    
    
    Estimated Cost:	$165,000.00 - $175,000.00 (GST not included)
    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

    • 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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Barenz, Leanne
    Phone
    (204) 983-0506 ( )
    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

    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.