MALDI Biotyper

Solicitation number 6D063-132573/A

Publication date

Closing date and time 2013/11/22 15:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/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: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    BRUKER LTD.
    555 Steeles Ave East
    Milton Ontario
    Canada
    L9T1Y6
    Nature of Requirements: 
    MALDI Biotyper-CM
    
    6D063-132573/A
    Tammy Kozak
    Telephone No. 	- (204) 984-8825 
    Fax No. 		- (204) 983-7796
    
    
    1. INTRODUCTION
    Public Works and Government Services Canada (PWGSC), on behalf
    of the National Microbiology Laboratory (NML), intends to
    solicit a proposal and negotiate a contract with Bruker Ltd. In
    Milton, Ontario for the supply and installation of a MALDI
    Biotyper-CM.  
    
    
    2. BACKGROUND
    The National Microbiology Laboratory (NML), a directorate of the
    Infectious Disease and Emergency Preparedness Branch, Public
    Health Agency of Canada (PHAC), is located in the Canadian
    Science Centre for Human and Animal Health (CSCHAH) in Winnipeg,
    Manitoba.  
    
    As Canada's leading public health infectious disease laboratory,
    the NML is responsible for the identification, control and
    prevention of infectious diseases.  The NML's activities include
    reference microbiology, support to epidemiology programs,
    surveillance, emergency response, applied and discovery
    research, and management of intellectual assets to improve
    public health in Canada and internationally.
    
    The Bioforensics Assay Development and Diagnostics (BADD) group
    of the NML (PHAC) is responsible for the Government of Canada's
    bioterrorism (BT) response capacity and is a part of the
    National CBRNE team under mandate of the Federal Emergency
    Management Act & the Federal Emergency Response Plan. The BADD
    group performs diagnostic testing of all Category A- list
    bioterrorism agents and leads the microbial forensics team for
    trace-attribution of a biocrime. In the event of a
    microbiological emergency, the BADD team is able to deploy to
    the site of the event and test biological samples directly
    on-site for infectious agents or toxins.
    
    
    3. REQUIREMENT
    The NML requires cutting-edge instruments for the detection and
    identification of BT agents by their unique protein profile.
    Specifically this instrument is for analysis of bacterial
    cultures and diagnostic samples in our BSL-2 (biosafety level 2)
    and BSL-3  containment laboratories, as well as the mobile
    laboratory truck.  A sensitive instrument for the analysis of
    bacterial cultures is the Bruker Ltd. Microflex LT MALDI-TOF
    (matrix-assisted laser desorption/ionization) mass spectrometer
    (MS), which can fit on a laboratory bench-top. This instrument
    produces unique bacterial protein spectra, allowing bacterial
    identification against a database of known spectra. Furthermore,
    it is compatible with currently-used bacterial identification
    databases at the NML.  Therefore, by acquiring the Bruker
    MALDI-TOF Microflex LT the NML will increase its capacity for
    rapid BT agent identification. 
    
    Also, this technology anticipates the coordination diagnostic
    capabilities between the NML and the Canadian Laboratory
    Response Network (CLRN), a group of Canadian public health
    laboratories who are accredited for testing suspected BT agents.
    This cooperation will expand the coordination and response
    capability to microbiological emergencies across Canada.
    
    
    4. MANDATORY PERFORMANCE SPECIFICATIONS
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its system meets the following mandatory
    requirements:
    1)	MALDI-TOF based mass spectrometry for analysis of bacterial
    samples.
    2)	Due to the requirement for fitting into our unique CL-3
    laboratory with limited space, must be a 	compact, bench-top
    size instrument no larger than 25 inches x 30 inches x 50 inches
    (height), 		and a reasonable weight (< 200 lbs). 
    3)	A cartridge-based nitrogen laser for MALDI.
    4)	Has a low-maintenance, easy servicing design with a gridless
    ion source.
    5)	Powered by a single power cord.
    6)	Samples are tested in a plate format, with multiple plate
    sample number options.
    7)	Ability to test samples rapidly with a maximum target plate
    loading/removal of 5 minutes.
    8)	Has a library (database) of microorganism protein spectra
    containing at minimum 2000 species 		and 3500 spectra for data
    analysis and which the end-user can add new data/spectra to.
    9)	 Can be integrated with multiple computers and to our
    existing laboratory information management system (LIMS).
    
    5.  SOLE SOURCE JUSTIFICATION
    
    Bruker Ltd has been identified as the sole vendor that achieves
    all the Mandatory Performance Specifications outlined above.  
    Bruker Ltd. is in a unique position to fulfill this requirement
    as they are the manufacturer and sole authorized distributor of
    the MALDI Biotyper-CM meeting the NRC's mandatory
    specifications.  Based on the above, the Crown intends to
    negotiate a contract with Bruker Ltd. on a sole source basis.    
    
    
    6.  TRADE AGREEMENTS
    The requirement is subject to the provisions of the North
    American Free Trade Agreement (NAFTA), and the Agreement on
    Internal Trade (AIT).
    
    Government Contract Regulations:  6.(d) only one person or firm
    is capable of performing the contract. 
    
    AIT Article 506. 12 Where only one supplier is able to meet the
    requirements of a procurement, an entity may use procurement
    procedures that are different from those described in paragraphs
    1 through 10 in the following circumstances: (b) where there is
    an absence of competition for technical reasons and the goods or
    services can be supplied only by a particular supplier and no
    alternative or substitute exists;
    
    NAFTA Article 1016: Limited Tendering Procedures. 2. An entity
    may use limited tendering procedures in the following
    circumstances and subject to the following conditions, as
    applicable: (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 alternative or substitute exists; 
    
    WTO - ARTICLE XV : The provisions of Articles VII through XIV
    governing open and selective tendering procedures need not apply
    in the following conditions, provided that limited tendering is
    not used with a view to avoiding maximum possible competition or
    in a manner which would constitute a means of discrimination
    among suppliers of other Parties or protection to domestic
    producers or  suppliers: 
    b) when, for works of art or for reasons connected with
    protection of  exclusive rights, such as patents or copyrights,
    or in the absence of  competition for technical reasons, the
    products or services can be supplied only by a particular
    supplier and no reasonable alternative or substitute exists.
    
    
    7.  PROPOSED CONTRACTOR
    Bruker Ltd.
    555 Steeles Ave East
    Milton Ontario
    L9T 1Y6
    PH. 905-876-4641
    FX. 905-876-4421
    
    
    8.  DELIVERY DATE
    Delivery must be made complete by March 31, 2014.
    
    
    9.  ESTIMATED COST
    Estimated value of the requirement: $270,000.00 - $540,000.00
    CND (GST not included).  The Crown will include the option to
    purchase an additional unit in the Contract.  The Crown retains
    the right to negotiate with suppliers on any procurement.  
    
    
    10.  SUPPLIERS RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES
    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. 
    
    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.
    
    Documents may be submitted in either official language of Canada.
    
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • 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
    Kozak, Tammy
    Phone
    (204) 984-8825 ( )
    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

    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: