Labratory and Genomic Analysis

Solicitation number F6081-160009/A

Publication date

Closing date and time 2016/08/11 12:30 EDT

Last amendment date


    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: 
    Memorial University of Newfoundland
    Office of Research
    2nd. Floor
    Room IIC  2015
    230 Elizabeth Avenue
    St.John's Newfoundland and Labrador
    Canada
    A1C5S7
    Nature of Requirements: 
    
    Labratory and Genomic Analysis
    
    Background
    Public Works and Government Services Canada on behalf of The Department of Fisheries and Oceans (DFO), Science Branch in the Newfoundland-Labrador Region has a requirement for the delivery of a contract thatwill support part of an ongoing research program on the effects of seismic exploration on snow crab. 
    
    It is proposed to award a contract to Memorial University that will work in collaboration with an established teamof experts, to collect and processsamples for genomic analysis and statistical comparison with other ongoing study metrics. This specific contract will investigate genomic detection of potential effects of seismic exploration in snow crab. The work will include collaborative study designand coordinated research with scientists at DFO, conducting genomic study/analysis and integrating with ongoing studies (specific date/time/location) to ensure results are consistent with other ongoing study components.  
    
    Criteria for assessment of thestatement of Capabilities
    Experience: The project team will have extensive expertise ( PHD) and experience ( 10 years +) in designing and conducting field experiments involving genomics research, with specific experience in the measurement of potentialeffects of seismic exploration using genomic analysis. Laboratory facilities and a recognized expert scientific authority are required. Extensive experience (10 years) with genomic research, including study design, sample processing, gene library development, selection of candidate biomarker genes (based on higher order health effects /  indicators and related studies), analysis of multiple tissue types is required. This will include suppression subtractive hybridization libraries enriched for genesup-regulated and down-regulated by seismic. RNA isolation, RNA clean-up and quality testing, SSH library construction and sequencing, sequence analysis, and QPCR assay development and application is required.  Expert interpretation of results is required,including a PHD with 10 year genomic experience and multiple scientific publications in genomics, demonstrating the scientist as an authority in the field of genomics, with specific related experience pertaining to effects of seismic exploration. Experience (5-10 years) in the development and evaluation of seismic studies measuring potential effects of seismic exploration based on genomic analysis is required. 
      
    Flexibility and compatibility: This project will be integrated with ongoing research.The field sampling will be conducted at specific time and locations depending on the other project elements.  Analysis and deliverables in terms of sample sizes and metrics must be linked with other studies to ensure valid statistical comparison.  Flexibilityin the timing of sample collections, with potentially short notice is required. Delivery of outputs is expected to integrate with other project elements therefore collaboration is needed to ensure that comparisons with the larger project remain on-track.  
    
    Applicability of the trade agreement(s) to the procurement 
    This procurement is subject to the following trade agreement:
    Agreement on Internal Trade (AIT)
    
    Comprehensive Land ClaimsAgreement(s)
    N/A
    
    Justification for the Pre-Identified Supplier
    Memorial University is the only known organization capable of successfully completing this work.
    
    Government Contracts Regulations Exception:
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - only one person is capable of performing the work.
    
    Exclusions and/or Limited Tendering Reasons 
    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:
    Agreement on Internal Trade (AIT) - Article 506 12. a):
    -  to ensure compatibility with existing products, to recognize exclusive rights, such as exclusive licences, copyright and patent rights, or to maintain specialized products that must be maintained by themanufacturer or its representative.
    
    Ownership of Intellectual Property.
    Contractor Owned
    
    The period of the proposed contract or the delivery date(s).
    
    The proposed contract isfrom date of award to February 28, 2017 with an option to renew atMarch 1, 2017 for one year.
    
    A cost estimate of the proposed contract. 
    The estimated value of the contract is $300,000.00 HST included. ( 1 year contract with a 1 year option)
    
    Name and address of the pre-identified supplier:
    
    Memorial Universityof Newfoundland
    Office of Research
    2nd. Floor
    Room IIC  2015
    230 Elizabeth Avenue
    St.John's, Newfoundland and Labrador
    A1C5S7
    Operating as: Office of Research
    
    
    Suppliers' right to submit a statement of capabilities
    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.
    
    The closing date for a submission of a statement of capabilities. 
    
    The closing date and time for accepting statements of capabilities is :
    August 11, 2016 at 2:00 p.m. NDT.
    
    Inquiries and statements of capabilities are to be directed to:
    
    Janice Baird, Supply Specialist
    Public Works and Government Services Canada
    The John Cabot Building
    10 Barter's Hill, Box 4600
    St. John's, NL   A1C 5T2
    
    Telephone:  709-772-2999
    Facsimile:  709-772-4603
    E-mail:  janice.baird@pwgsc.gc.ca
    
    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
    Baird, Janice
    Phone
    (709) 772-2999 ( )
    Fax
    (709) 772-4603
    Address
    Cabot Place, Phase II, 2nd Floor
    Box 4600
    St. John's, NL, A1C 5T2

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Newfoundland and Labrador
    Procurement method
    Non-Competitive
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.