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 PortageGatineau, Quebec, K1A 0S5Canada
- 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 RoadOttawa, Ontario, K1A 0Y9Canada