Chemical Residue Testing in and on Food Products
Solicitation number 39903-200178/A
Publication date
Closing date and time 2019/11/18 13:00 EST
Last amendment date
Description
Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: N/A - P&A/LOI Only Comprehensive Land Claim Agreement: No Nature of Requirements: 1. Purpose and Nature of the Request for Information Public Services and Procurement Canada (PSPC) is seeking Industry feedback for Chemical Residue Testing in and on Food Products for the Canadian Food Inspection Agency (CFIA) for the potential upcoming request for National Individual Standing Offers. The objectives of this RFI are to: a) Provide industry with the opportunity to assess and help further develop the requirement; b) Solicit feedback and recommendations on any issues that would impact a suppliers ability to fulfill the requirement; and c) Solicit industry knowledge and best practices with regards to existing processes and capabilities that would increase the likelihood of a successful outcome of this Method of Supply (MoS). This RFI is neither a call for tender nor a Bid Solicitation. No agreement or contract will be entered into based on this RFI. The issuance of this RFI is not to be considered in any way a commitment by the Government of Canada, nor as authority to potential respondents to undertake any work that could be charged to Canada. This RFI is not to be considered as a commitment to issue a subsequent solicitation or award contract(s) for the work described herein. Although the information collected may be provided as commercial-in-confidence (and, if identified as such, will be treated accordingly by Canada), Canada may use the information to assist in drafting performance specifications (which are subject to change) and for budgetary purposes. Respondents are encouraged to identify, in the information they share with Canada, any information that they feel is proprietary, third party or personal information. Please note that Canada may be obligated by law (e.g. in response to a request under the Access of Information and Privacy Act) to disclose proprietary or commercially-sensitive information concerning a respondent (for more information: http://laws-lois.justice.gc.ca/eng/acts/a-1/). Participation in this RFI is encouraged but is not mandatory. There will be no short-listing of potential suppliers for the purposes of undertaking any future work as a result of this RFI. Similarly, participation in this RFI is not a condition, or prerequisite, for the participation in any potential subsequent solicitation. Respondents will not be reimbursed for any cost incurred by participating in this RFI. The RFI closing date published herein is not the deadline for comments or input. Comments and input will be accepted any time up to the time when or if a follow-on solicitation is published. 2. Background Information The National Chemical Residue Monitoring Program (NCRMP) of the CFIA has been in place since 1978. The program allows for continued consumer confidence in food safety by providing up to date information on chemical residue contaminant residue levels in the food supply. The data collected is evaluated to determine both immediate and potentially long term risks to consumers. The identification of products in violation of Canadian standards allows the CFIA to undertake directed interventions and follow up inspections with producers to ensure compliance. Health Canada uses the data collected to establish new standards and monitor the appropriateness of those already in place.The NCRMP consists of a statistically randomized sampling plan and schedule, the Annual Sampling Plan, which is developed by the CFIA Food Safety Division. Sampling and testing resources are allocated based on potential risk. As such, food items consumed in greater quantities by Canadians, those that are more contaminated or those contaminated with more toxic components are sampled and tested in the greatest quantities. Foods posing a lesser risk are sampled at a lower frequency and may not be included in the monitoring program every year. The sampling schedule identifies to CFIA inspection staff the time and place that a sample is to be taken as well as the accredited laboratory which is to receive and test the sample. Data generated by the residue testing is crucial in establishing the safety of the food supply and provides the support for the continued acceptance of foods from Canada in the international marketplace. To this end, test results and testing plans are shared annually with responsible officials in other nations which accept Canadian exports. The NCRMP requires that both imported and domestic foods are tested and held to the same high standards for compliance. Laboratories that test food samples within the NCRMP are required to complete testing within 30 to 120 days, depending on the specific test, and then report results back to the Project Authority within 30 days after that. The actual number of days given to complete testing depends on the testing program being run. 3. Security Requirement There are no security requirements. 4. Legislation, Trade Agreements, and Government Policies The following is indicative of some of the legislation, trade agreements and government policies that could impact any follow-on solicitation(s): a) Canadian Free Trade Agreement (CFTA) b) Federal Contractors Program for Employment Equity (FCP-EE) c) Canadian Content (Solely Limited) 5. One-on-One sessions and Group sessions Canada may host one-on-one and group sessions with interested parties during fall 2019. The sessions could be an opportunity for interested parties to pose and address questions with regards to this RFI and to provide comments and suggestions with regards to the impact of turn-around times both to the laboratories and to CFIA, as well as recommendations that would minimize the impact of any potential shortened turn-around times. The estimated number of tests per sample are provided in Table 1 and do not represent a commitment by Canada that Canada’s future usage of the services described in this RFI will be consistent with this data. Once all RFI responses are received, the Standing Offer Authority may contact any interested parties with an official invite. Participants can attend via teleconference. Participation in the one-on-one and group sessions is not required in order to submit a response to any follow-on Request for Standing Offer (RFSO). 6. Schedule In providing responses the following schedule should be used as a baseline: a) RFI publishing - Fall 2019 b) One-on-one sessions and Group sessions - Fall 2019 (if required) c) Solicitation Period - Fall-Winter 2019 d) Method of Supply issuance - Spring 2020 7. Important Notes to Respondents Interested Respondents may submit their responses to the PSPC Standing Offer Authority, identified below, preferably via email: Heather Cole Supply Specialist Training and Specialized Services, Acquisitions Branch Public Services and Procurement Canada 613-858-8648 Heather.Cole@tpsgc-pwgsc.gc.ca Respondents are requested to submit their feedback in either official language of Canada. Suppliers should submit only pertinent information in response to this request. The inclusion of general marketing or technical manuals is discouraged, unless they provide specific information that has been requested in this document and is cross-referenced. A point of contact for the Respondent should be included in the package. Changes to this RFI may occur and will be advertised on the Government Electronic Tendering System. Canada asks Respondents to visit buyandsell.gc.ca regularly to check for changes, if any. 8. Closing date for the RFI Responses to this RFI should be submitted by E-mail to the PSPC Standing Offer Authority identified above, on or before closing date. 9. Expected Response to this Request for Information - Supplier Information The intent of this RFI is to elicit feedback from the industry in regards to the requirement for the purposes described above. Interested suppliers should provide: a) Organization name; b) Procurement Business Number (if any); c) Contact name, telephone number and email address; d) Any responses you have to the below noted questions; and e) Any other information that you feel to be relevant to this RFI. Canada may contact any respondents directly for the purpose of seeking clarification or elaboration on any information that is provided. Please see attachments below for additional information. Delivery Date: Above-mentioned 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
-
Canadian Free Trade Agreement (CFTA)
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
- Cole, Heather
- Phone
- (613) 858-8648 ( )
- Email
- heather.cole@tpsgc-pwgsc.gc.ca
- Address
-
Terrasses de la Chaudière 5th Floor
Terrasses de la Chaudière 5e étage
10 Wellington Street,
10, rue WellingtonGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Canadian Food Inspection Agency
- Address
-
1400 Merivale RoadOttawa, Ontario, K1A 0Y9Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__ZH.B151.F36885.EBSU000.PDF | 000 | FR | 6 | |
attachments_fr.zip | FR | 5 | ||
attachments_en.zip | EN | 50 | ||
ABES.PROD.PW__ZH.B151.E36885.EBSU000.PDF | 000 | EN | 66 |
Access the Getting started page for details on how to bid, and more.