Canada - Gas Chromatograph with a Mass Selective Detector (K8A21-200284/A)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
23 September 2019
Opportunity publication date
07 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
Tendering Procedures: All interested suppliers may submit a bid
Non-Competitive Procurement Strategy: Exclusive Rights
Comprehensive Land Claim Agreement: No
Vendor Name and Address:
Agilent Technologies Canada Inc.
6705 Millcreek
Unit 5
Mississauga Ontario
Canada
L5N5M4
Nature of Requirements:

Gas Chromatograph with a Mass Selective Detector

K8A21-200284/A
Matsunaga, Lisa
Telephone No. - (613) 859-0976 ( )

1.Advance Contract Award Notice (ACAN)

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.

2.Definition of the requirement

Environment and Climate Change Canada (ECCC) has a requirement for the supply of one Gas Chromatograph with a Mass Selective Detector, including installation, warranty, and maintenance and support services.

3.Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)

Any interested supplier must demonstrate by way of a statement of capabilities that its product meets all of the following requirements:

1.Gas Chromatograph (GC)
a.GC must be configured for use in Canada and be Canadian Standards Association (CSA) approved.
b.GC must be compatible with the use of capillary columns.
c.GC must have inert flow pathways and components.
d.GC must have the capability to program for constant flow or pressure.
e.GC must have electronic pneumatics control and be backflush capable.
f.GC must be able to accommodate up to two 60 m x 0.32mm ID capillary columns.
g.GC must be capable of operating within a temperature range of -80°C to 450°C.
i.GC must have the necessary hardware to use liquid nitrogen to reach -80°C.
h.GC must support at least 10 temperature ramps and allow positive and negative ramping.
i.GC must be capable of temperature ramp rates of 30°C/min
j.GC must have Flame Ionization Detector (FID) installed and have the following:
i.Electronic pneumatic control for
1.Air – 0-600 mL/min,
2.H2 – 0-100 mL/min, and
3.Make-up gas – 0-100 mL/min.
k.GC must have a Mass Selective Detector (MSD) interface.
l.GC must have a Volatiles interface (VI) inlet for connection to a heated pre-concentrator transfer line.
m.GC must have capillary flow splitting to the dual detectors.
n.GC must be factory plumbed for quick installation in the laboratory.
o.GC must come with filters for purifying helium carrier gas.
p.Supplier must be capable of supplying a test capillary column for system verification.

2.Mass Selective Detector (MSD)
a.MSD must be configured for use in Canada and be CSA approved.
b.MSD must have a single quadrupole.
c.MSD must be capable of selected ion monitoring (SIM) for 60 ions x 100 groups.
d.MSD must be compatible with the GC described above.
e.MSD must be capable of parts per trillion (ppt) resolution for analytes with 2-12 carbon atoms.
f.MSD must use a turbo pump.
g.MSD must come with an oil-free Scroll Pump.
3.Supplier must provide a computer and peripherals to control the GC/MSD/FID system.
a.The computer must be CSA approved.
b.The supplier must provide software for system control and data analysis.
c.The computer must have a Windows 10 Professional 64 bit operating system.
d.The computer must be 64 bit.
e.The computer must have .Net Framework 4.7.1.
f.The computer processor must be dual core Pentium I5 or better
g.The computer must have 16GB RAM.
h.The computer must come with a monitor with 16:9 Ratio and 1440 x 900 resolution.
i.The computer must come with a printer.

4.Supplier must be capable of installing and providing training.
a.The supplier must provide for the installation and testing of the system.
i.Complete installation of GC/MSD/FID must include:
1.Installation of all hardware and software,
2.Configuration of GC/MSD/FID, including communication between system components,
3.Firmware updates if available,
4.Installation of test column for system verification,
a.Must be able to generate a chromatogram using manufacturer provided test solution.
5.System conditioning.
ii.MSD tune must meet manufacturer specifications and indicate that the system is leak free.
iii.An installation report dated and signed by technician must be provided.
1.A copy of the manufacturer’s installation checklist is acceptable.
b.The supplier must be capable of providing an overview of the system and software control features including:
i.Onsite familiarization/training for hardware and software,
ii.Electronic copies of manuals
1.With an explanation of how to access and use them
iii.An explanation of warranty - what is covered and how to log a service call.

5.Service & Support
a.Onsite service must be available within 48 hours
b.Telephone support and software updates must be provided for the duration of warranty.
c.The system must be under warranty for at least one year.
d.The manufacturer must be able to provide parts and maintenance for the GC/MSD/FID for a minimum of seven years.

6.The GC/MS/FID must conform to the following Standards:
a.Canadian ICES-001 – Spectrum Management and Telecommunications Interference-Causing Equipment Standard
b.Regulations on Electromagnetic Compatibility (EMC) and Radio Frequency Interference
i.IEC/EN 61326-1
ii.CISPR 11/EN 55011: Group 1, Class A
c.The GC/MS/FID must be designed and manufactured under a quality system registered to ISO 9001.

4.Applicability of the trade agreement(s) to the procurement

This procurement is subject to the following trade agreement(s)
Canadian Free Trade Agreement

World Trade Organization - Agreement on Government Procurement (WTO-AGP)

North American Free Trade Agreement (NAFTA)

5.Justification for the Pre-Identified Supplier

The only known supplier of a Gas Chromatograph with a Mass Selective Detector that meets all the above requirements is Agilent Technologies Canada. For this reason, it is proposed to negotiate this requirement with Agilent Technologies Canada.

6.Government Contracts Regulations Exception(s)

The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".

7.Exclusions and/or Limited Tendering Reasons

The following exclusion(s) and/or limited tendering reasons are invoked under the following:

oCanadian Free Trade Agreement (CFTA) – Article 513.12(b)(j);
oWorld Trade Organization - Agreement on Government Procurement (WTO-AGP) – Article XV.1(b); and
oNorth American Free Trade Agreement (NAFTA) – Article1016.2(b).

8.Period of the proposed contract or delivery date

The Gas Chromatograph with a Mass Selective Detector must be delivered no later than December 31, 2019.

9.Name and address of the pre-identified supplier

Agilent Technologies Canada

6705 Millcreek Dr., Suite 5
Mississauga, On
L5N 5M4

10.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.

11.Inquiries and submission of statements of capabilities

Inquiries and statements of capabilities are to be directed to:

Lisa Matsunaga

Title: Intern Officer
Public Works and Government Services Canada
Acquisitions Branch
Directorate: Commercial and Consumer Products Directorate
Address: 140 O’Connor Street, Ottawa, Ontario, K1A 0R5

Telephone: 613-859-0976
E-mail: Lisa.Matsunaga@tpsgc-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.

Opportunity closing date
23 September 2019
Value of contract
to be confirmed

About the buyer

Address
Environment Canada Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?