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 PortageGatineau, Quebec, K1A 0S5Canada
- 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 DrOttawa, Ontario, K1A0R6Canada