Digital PCR System

Solicitation number 31029-133315/A

Publication date

Closing date and time 2013/11/13 15:00 EST


    Description
    Trade Agreement: 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: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Bio-Rad Laboratories (Canada) Ltd.
    1329 Meyerside Drive
    Mississauga Ontario
    Canada
    L5T1C9
    Nature of Requirements: 
    Digital PCR System (ddPRC)
    
    31029-133315/A
    Allard, Ken
    Telephone No. - (204) 983-4920 
    Fax No. - (204) 983-7796
    
    An ACAN is a public notice indicating to the supplier community
    that a department or agency intends to award a contract for
    goods, services or construction to a pre-identified supplier,
    thereby allowing other suppliers to signal their interest in
    bidding, by submitting a statement of capabilities. If no
    supplier submits a statement of capabilities that meets the
    requirements set out in the ACAN, on or before the closing date
    stated in the ACAN, the contracting officer may then proceed
    with the award to the pre-identified supplier.
    
    Background:
    Molecular genetics and genomics research at National Research
    Council (NRC) - Saskatoon involves a broad suite of activities. 
    Researchers apply genetic approaches using molecular tools,
    conduct transgenic studies, investigate plant development and
    physiology, characterise plant and conduct metagenomics studies
    of microbial populations.  A common essential need in these
    research projects is to quantify nucleic acids with high
    precision, sensitivity, and specificity at a high throughput
    level, as related to determining native- and trans-gene copy
    number, detecting and quantifying genetic variants and target
    nucleic acids in complex mixtures, and determining gene
    expression levels.  These investigations often involve very
    limited amounts of nucleic acid samples, as from micro-dissected
    tissues.  The new emerging Digital PCR (dPCR) technology offers
    very robust system for absolute quantification of nucleic acids
    and is required to meet the research needs at PBI/NRC-Saskatoon.
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its product/equipment/system meets the
    following requirements:
    
    Criteria for assessment of the Statement of Capabilities -
    Minimum Essential Performance Specifications:
    
    1. The dPCR system is of a "benchtop" scale must read samples in
    standard 96-well format plates to enable incorporation into our
    existing workflows and use standard thermocyclers already
    present at NRC-Saskatoon. Existing workflows utilise a
    temperature gradient PCR step to optimise assay conditions and
    the requested new dPCR system must be able to incorporate a
    temperature gradient PCR step.  The temperature gradient ability
    must NOT require any additional pipetting or liquid handling
    steps as these will introduce additional errors into the
    experiment. 
    
    2. The dPCR system must analyze 96 unique samples in less than 5
    hours, including the steps of 1) partitioning of sample assays
    into 12,000 to 20,000 reaction partitions, 2) PCR amplification
    and 3) reading and scoring reaction partitions.  Note: This
    requirement is necessary in order to analyze multiple samples at
    once without introducing potential source of error by single
    tube analyses. Also, these features are needed to meet sample
    throughput requirements of the multiple users from several NRC
    research programs as well as potential industrial partners at
    Saskatoon.
    
    3. This dPCR system should include droplet generator and droplet
    reader. The droplet reader must incorporate a 96-well
    auto-sampler so that unattended operation is possible to
    maximize sample throughput. 
    4. The dPCR system must produce 12,000 to 20,000 reaction
    partitions per sample for 96 unique samples in 30 minutes or
    less.
    
    5. The dPCR system that is compatible with DNA binding
    chemistries (e.g. Evagreen) as well as hydrolosis probe
    chemistry using FAM and/or HEX dyes and  must detect
    fluorescence signals corresponding to those derived from VIC-,
    HEX-, Evagreen-, or FAM-labeled PCR probes.
    
    6. The dPCR system must distinguish between gene copy number
    variants of 11 vs. 10 and less using two or less sample assay
    reactions of one reaction well each (equivalent to one chamber
    or panel of a reaction chip) with an input of nucleic acid
    template equivalent to 100 ng of plant or microbse' genomic DNA
    or less so as to minimise amount of nucleic acid sample size
    required per assay and cost of consumables. This ability must be
    achieved without the need for a preamplification step which can
    cause a significant measurement bias by distorting the abundance
    and relative presence of target nucleic acids. 
    
    7.  The dPCR system must enable gene expression analysis and
    quantification of DNA copies with +/- 10% precision to meet the
    requirements of the multiple users from several research
    programs. The system must include gene expression module that
    can analyze and produce accurate gene expression levels in the
    sample. 
    
    8. The dPCR system must detect a specific genetic variant at a
    level as low as 0.001% abundance in a sample mixture that
    includes other genetic variants, and enable a linear
    quantification of this variant over four orders of magnitude of
    abundance of this variant in a complex mixture of nucleic acids. 
    
    9. The dPCR system must NOT require development of standard
    curves or need an external calibrator to estimate relative
    abundance of target nucleic acids, thereby minimizing the number
    of samples to be prepared and analyzed.  Rather, the instrument
    must generate digital data reflecting absolute quantification of
    target nucleic acid abundance. 
    
    10.  The digital PCR system must have a reaction partition
    volume of 1 nL or less. 
    
    11. The relative expanded uncertainty of the dPCR system from
    the data for 20,000 reaction partitions is required to be 5% or
    less to achieve the data precision required by the research
    programs. 
    
    12. The dPCR system must generate 12,000 to 20,000 reaction
    partitions from a 20 microlitre sample reaction volume.
    
    13. The dPCR system must NOT require use of specialized liquid
    handling equipment or robotic liquid handlers that would
    typically require specialized training and a dedicated
    technician to operate since the system will be used by numerous
    researchers from multiple programs.
    
    14. The dPCR system must generate and assay reaction partition
    in a manner that minimize the dead volume of the partition
    holder and reader to <25% starting reaction volume. 
    
    15. The system must use low cost consumables, which amounts to
    less than $3.00 per sample.
    
    16. The system must include all the needed software for
    operation and analysis.
    
    17. The system can detect one copy of target sequence in a DNA
    sample. 
    
    18. The system's software can perform and report various results
    such as absolute concentration, copy number variation and ratio
    analysis (for gene expression analysis).
    
    
    Applicability of  the Trade Agreements to this Procurement
    
    This procurement is subject to the following trade agreements:
    
    Agreement on International Trade (AIT)
    North American Free Trade Agreement (NAFTA)
    Canada - Chile Free Trade Agreement (CCFTA)
    Canada - Peru Free Trade Agreement (CPFTA)
    
    Government Contracts  Regulations  Exceptions:
    
    The following exception(s) to the Government Contracts
    Regulations is (are) invoked for this procurement under
    subsection: Government Contract Regulations, Part 1, Section
    6(d) only one supplier (person or firm) is capable of performing
    the contract.
    
    Exclusions and/or Limited Tendering Reasons:
    
    The following exclusions and/or limited tendering reasons are
    invoked under the:
    
    Agreement on Internal Trade (AIT) - Article 506 - 12 (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 exist.
    
    North American Free Trade Agreement (NAFTA) - Article 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
    alternative or substitute exists.
    
    Canada - Chile Free Trade Agreement (CCFTA) - Article Kbis-09 -
    1(b) where, for works of art, or for reasons connected with
    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.
    
    Canada - Peru Free Trade Agreement (CPFTA) - Article 1409 1(b)
    iii - due to the absence of competition for technical reasons.
    
    Justification of Preselected Supplier:
    
    The Bio-RadQX200 Droplet Digital PCR (dPCR) system is the only
    system currently available that meets the throughput needs and
    required high levels of precision, sensitivity, and specificity
    of the research requirements at NRC-Saskatoon.  This is the only
    system that offers and compatible with DNA binding chemistries
    (e.g. EvaGreen) as well as hydrolosis probe chemistry using FAM
    and HEX dyes. It is able to process samples in 96 well format in
    a short time-frame, fitting throughput needs and existing
    workflows' assay optimisation methods employing thermocyclers
    already present at NRC-Saskatoon.  The QX200 dPCR system can
    generate 20,000 reaction partitions for each sample processed,
    providing for a unique level of robust statistical analysis in
    combination with the 96 sample throughput level.  The QX200 dPCR
    system achieves this high level of reaction partitions while
    requiring only a small amount of nucleic acid sample size,
    thereby making it the only system for analysing samples with
    very limiting quantities, such as from microdissected single
    cell embryos and small tissues.  Alternative systems consume
    large quantities of sample input to reach comparable numbers of
    partitions and cannot achieve the required throughput needs and
    assay optimization capabilities as the dQX200 ddPCR system. 
    This common resource piece of equipment will be used by
    operators from multiple labs with various levels of training;
    thus the system must not involve specialized liquid handling
    equipment or robotics for preparation or processing of samples,
    which would necessitate specialized training for multiple users
    or the assignment of a dedicated technician for operation which
    would limit accessibility and use of the system.  The QX200 dPCR
    system does not require specialized liquid handling equipment or
    robotics for preparation or processing of samples, and
    furthermore is compatible with existing thermocylcing systems
    and methodology at NRC-Saskatoon. These, combined with its
    analytical ability, low sample processing cost and throughput
    rate make it the only system that meets all the 1-18 performance
    and specification requirements of dPCR system (as outlined in
    the document) for research needs at NRC-Saskatoon.
    
    NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER:
    
    The QX200 ddPCR manufactured by Bio-Rad Laboratories (Canada)
    Ltd is the only known instrument meeting all specifications
    essential to the requirement as listed above. 
    
    For this reason, it is proposed to negotiate this requirement
    with: 
    
    Bio-Rad Laboratories (Canada) Ltd.
    1329 Meyerside Drive
    Mississauga Ontario
    Canada
    L5T1C9
    
    Suppliers who consider themselves fully qualified and available
    to provide the goods, services or construction services
    described in the ACAN 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.
    
    
    DELIVERY DATE
    
    The equipment must be delivered on or before February 1, 2014 
    
    
    
    
    
    
    
    INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    Inquiries and statement of capabilities are to be directed to: 
    
    Ken Allard 
    Supply Specialist | Spécialiste en approvisionnement 
    Acquisitions-Winnipeg | Approvisionnements - Winnipeg 
    Public Works and Government Services Canada 
    Travaux publics et Services Gouvernementaux Canada 
    Suite 100 - 167 Lombard Ave., P.O. Box 1408, Winnipeg MB R3C 2Z1 
    Email - ken.allard@pwgsc-tpsgc.gc.ca 
    Tel/Tél - (204) 983 4920 
    Fax/Téléc - (204) 983 7796 
    
    
    
    
    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)
    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
    Allard, Ken
    Phone
    (204) 983-4920 ( )
    Fax
    (204) 983-7796
    Address
    PO Box 1408, Room 100
    167 Lombard Ave.
    Winnipeg, Manitoba, R3C 2Z1

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Saskatchewan
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.