CFX Connect Real Time PCR

Solicitation number 6D063-151046/A

Publication date

Closing date and time 2016/04/08 16:00 EDT


    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: 
    Bio-Rad Laboratories (Canada) Ltd.
    1329 Meyerside Drive
    Mississauga Ontario
    Canada
    L5T1C9
    Nature of Requirements: 
    
    PCR System
    6D063-151141
    Parker, LaVona
    Telephone No. (204) 293-0554
    Fax No. (204) 983-7796
    E-mail : Lavona.parker@pwgsc-tpsgc.gc.ca
    
    
    Public Works and Government Services Canada (PWGSC)  on behalf of The Public Health Agency of Canada, intends to negotiate with Bio-Rad Laboratories (Canada) Ltd for the supply of one (1) CFX Connect Real Time PCR System with the option to purchase four (4) additional units with a laptop.  Any interested suppliers must demonstrate by way of a statement of capabilities that its product meets the following mandatory requirements:
    The Respiratory Viruses section of the Public Health Agency of Canada in Winnipeg, Manitoba requires the supply and installation of Bio-Rad CFX Connect Real-Time PCR Detection Systems for performing real-time PCR. The lab currently has Bio-Rad iCycler iQ5s that are used to efficiently identify and quantitate RNA extracted from clinical specimens such as SARS-CoV, MERS-CoV, and influenza. To date the lab has over twenty diagnostic real-time assays for a variety of respiratory viruses (coronaviruses including SARS and MERS, human metapneumovirus, rhinovirus, adenovirus, parainfluenza, human bocavirus, respiratory syncytial virus, and influenza) and over fifteen for subtyping influenza. All real-time PCR protocols have been previously optimized for the iCycler iQ5 system (previous generation of Bio-Rad real-time thermal cyclers) using dual probe fluorescence resonance energy transfer (FRET) as well as SYBR Green technology. The primers and probes for each virus have been tested extensively to determine cross-reactivity, sensitivity, and specificity; any new, unrelated system implemented would require extensive re-optimization for each separate primer/probe set. 
    
    
    • To avoid time consuming optimization and validation processes and added expenses, the system must be consistent with the real-time PCR assays that have already been optimized and validated in our laboratory on the iCycler iQ5 system.  Performing such re-optimization and validation activities would significantly increase our workload for multiple technicians over several months, which would negatively impact our sample turn-around times (sample receipt to reporting to the client) for our existing diagnostic/surveillance assays.
    • The system must use the 96-well x 0.2 ml format and standard reaction consumables. Pre-PCR steps involve extracting the RNA into a 96-well plate. To avoid contamination and pipetting errors and to save time during the setup process, the same 96-well format is required to enable multi-channel transfer of template RNA/DNA into the reaction plate.
    • The system must allow small reaction volumes of 25 ?l to minimize the amount of sample RNA/DNA required per reaction, as the volume of original sample is limited.
    • The system must use user-customizable LED excitation of samples in order to eliminate the need for user calibration, thus ensuring efficient use of time and to limit the chances of being unable to run ISO-accredited testing on machinesbecause calibration has expired.
    • The System must be able to illuminate fluorophores over a wide spectral range (~450-600 nm). The instrument must be able to detect fluorophores such as FAM and SYBR Green over a similar spectral range and be able to analyze protocols based on SYBR Green and Taqman probes.
    • It must be able to detect two different fluorophores/genomic targets in a single reaction (i.e. 2 different genomic targets can be detected per sample tube). In order to decrease reaction numbers,run time, and amount of sample consumed, the instrument must be capable of multiplexing at least 2 fluorophores per reaction tube, not including a passive reference dye.
    • It must have the capability of a real-time temperature gradient covering a largerange (at least 20°C). This allows for primer/probe/MgCl2 optimization, as well as single nucleotide polymorphism (SNP) detection and the ability to run multiple primer/probe sets with different Tm values in the same heating block. A temperature gradient decreases the time required to optimize any new primer/probe set by allowing the testing of multiple annealing temperatures at the same time, thus decreasing the testing phase 8-fold. 
    • It must be able to perform melt curves in conjunction with SYBRgreen technology to determine the specificity of primer sets.
    • It must be able to perform conventional PCR and quantitative PCR applications interchangeably without any hardware reconfiguration.
    • Due to lab space shortages, the platform must have a small footprint (13?W x 20?D or less) and multiple machines must be able to be run using one laptop interface. 
    • The machine must be relatively lightweight (<50 lbs) to enable transportation to field locations should the need arise, such as during a respiratory virus outbreak. 
    • The average real-time PCR amplification run (~35 cycles) should take less than 2 hours and the instrument must be able to demonstrate a ramping rate of 3.3?C/sec. In order to process large numbers of samples we require that the machine be able to perform a minimum of 3 runs a day.
    • Field application specialists must be available from the company supplying the instrument to ensure adequate training for staff, technical support, and advice on diagnostic applications. 
    • The system must be sensitive and have the ability to reproducibly detect differences between samples of up to 10 orders of magnitude, with identical cycle shifts between template changes of up to 10 orders of magnitude.
    • The system must include an unlimited software license (non-cloud based for data security), with the inclusion of the gold standard QBasePlus Advanced analysis software licensing. 
    
    Justification for Pre-Identified Suppliers
    Bio-Rad Laboratories (Canada) Ltd.  Is the only known supplierthat can provide this system.
    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 InternalTrade (AIT), Article 506-12(a) to ensure compatibility with existing products, to recognize exclusive rights, such as exclusive licenses, copyright and patent rights, or to  maintain specialized products that must be maintained by the manufacturer or its prepresentative;
    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 software was covered by this chapter.
    Delivery Date:
    The equipment is requested on or before April 30 2016, FOB Destination
    Security Requirement:
    There is a security requirement associated with this requirement
    Estimated Cost:
    $67,000.00 - $77,000.00 (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

    • 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
    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
    Parker, LaVona
    Phone
    (204) 984-2351 ( )
    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

    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.