Canada - Mass Spectrometer - AAFC (01689-200375/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 October 2019
Opportunity publication date
09 October 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: Generally only one firm has been invited to bid
Non-Competitive Procurement Strategy: Exclusive Rights
Comprehensive Land Claim Agreement: No
Vendor Name and Address:
THERMO FISHER SCIENTIFIC (MISSISSAUGA) INC.
2845 Argentia Rd
Unit 4
Mississauga Ontario
Canada
L5N8G6
Nature of Requirements:

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

Triple Stage Quadrupole MS/MS

Agriculture & Agri-Food Canada requires the purchase, installation, and configuration of a LC-MS/MS system. The equipment will be located at 1391 Sandford Street, London, Ontario.

The requirement consists of Thermo TSQ Altis with Vanquish Duo System which include, but are not limited to, the following:
a. TSQ Altis Triple Stage Quadrupole MS/MS System with 3 year warranty
b. Computer Work Station with Monitor
c. On-site training
d. APCI Sprayer
e. Vanquish Duo HPLC system
f. Column Compartment
g. Binary Pump (2)
h. Autosampler compartment
i. Nitrogen Generator System
j. 2 year additional service plan (MS)
k. 2 year extended warranty (MS)
l. 3 year warranty (HPLC)
m. Software for data analysis

The principle system must also include all peripheral components (including required licenses as may be required) for instrument control and operation as well as data generation, processing and reporting.

The objective is to obtain a high throughput LC-MS/MS system sensitive enough to meet the laboratory’s food safety and trace environmental analysis objectives.

The system must also be compatible in terms of ionization mechanism and data format generated to current LC-MS analysis system at the London Research and Development Centre to allow data from all system’s to be analyzed cohesively by one software package.

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/equipment/system meets the following requirements:

3.1 GENERAL

The systems must be new, based on triple quadrupole technology.

3.2 MASS SPECTROMETER (MS)

3.2.1 Not exceed a physical dimension of 120 cm in any dimension (height, length and depth).
3.2.2 Possess proven technology to eliminate/reduce neutrals from the ion path to reduce background noise.
3.2.3 Achieve scan speeds of greater than 10,000 amu/sec.
3.2.4 Have a transition speed of 500 MRMs/sec or faster.
3.2.5 Have proven dynamic range across six orders of magnitude or greater.
3.2.6 Q1 and Q3 have adjustable resolutions that can reach 0.5 Da or less.
3.2.7 Mass accuracy is maintained to ± 0.2 Da over 24 hours. (constant temperature).
3.2.8 The LC source for the MS must be capable of operating in electrospray ionization (ESI) and atmospheric pressure chemical ionization (APCI) in the positive and negative ion modes
3.2.9 Ionization housing must have or be compatible with a Thermo heated electrospray ionization source (HESI-II).
3.2.10 Allow for switching between HESI and atmospheric pressure chemical ionization probes without breaking vacuum.
3.2.11 Must have full scan MS, product ion scan, precursor ion scan, neutral loss scan and reaction monitoring (MRM).
3.2.12 Undergo polarity switching faster than 30 msec (including stabilization).
3.2.13 Must scan over a range of m/z 30-1800 in full MS mode or greater.
3.2.14 The operating software must fully control LC and MS portions.
3.2.15 Be able to easily add multiple qualifier MRM transition ions.
3.2.16 Outputted data format must be directly compatible with Thermo Xcalibur Qual/Quan Browser and Thermo TraceFinder software.

3.3 LIQUID CHROMATOGRAPH & AUTOSAMPLER

3.3.1 Have dimensions not exceeding 75 cm in width or depth.
3.3.2 Have a pre-column flow path that can acommodate pressures up to 750 bar.
3.3.3 Allow for two independent LC gradients of two distinct binary mixtures to be run simultaneously.
3.3.4 Allow for two independent LC columns be operated under different gradient conditions and mixtures simultaneously.
3.3.5 Have a column compartment capable of maintaining temperatures between 30 and 90ºC (±3ºC).
3.3.6 Autosampler capable of accurate injections between 0.5 to 20µL (<1% RSD).
3.3.7 Temperature controlled sample compartment (7-30ºC).
3.3.8 Sample compartment with capacity for >150 sample vials (12 mm).
3.3.9 All portions of flow path must be compatible with a pH range between 2 - 11.

3.4 DATA SYSTEM, SOFTWARE and SUPPORT

3.4.1 Must include a Microsoft Windows based computer.
3.4.2 Must include software to fully integrate and control all settable parameters in the mass spectrometer (source, quadrupoles & detector), liquid chromatograph, and autosampler.
3.4.3 Must include an automated data processing and quantification package that also allows for manual integration of peak areas with automatic updating of quantification results
3.4.4 Must include data processing and quantification package with the functionality to import existing non-targeted Thermo Raw files with newly acquired targeted LC-MS/MS Raw files.
3.4.5 Five years or more of basic warranty and/or service plans for the MS system.
3.4.6 Two years or more of basic warranty and/or service plans for the LC system.
3.4.7 Systems engineers that reside within 400 km of London Ontario and are capable of arriving on site within 12 hours (excluding holidays and weekends).

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

This procurement is subject to the following trade agreement(s):
a. Canadian Free Trade Agreement (CFTA)
b. North American Free Trade Agreement (NAFTA)
c. Canada-European Comprehensive Economic and Trade Agreement (CETA)
d. World Trade Organization - Agreement on Government Procurement (WTO-AGP)

5. Justification for the Pre-Identified Supplier

Company "ThermoFisher Scientific" is the only authorized distributor of TSQ Altis with Vanquish Duo products in Canada. Thus, according to the purchasing policies of Government Contracts, PSPC proposes to award the contract to "ThermoFisher Scientific", that is, to our knowledge, the only company able to provide the required goods.

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 contract".

7. 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:
Canadian Free Trade Agreement (CFTA)
Chapter Five - Government Procurement
Article 513: Limited Tendering
1. Subject to paragraphs 2 and 3, and provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of any other Party or protects its own suppliers, a procuring entity may use limited tendering in the following circumstances:
(b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
(iii) due to an absence of competition for technical reasons.

North American Free Trade Agreement (NAFTA)
Part Four: Government Procurement - Chapter Ten Article 1016:
Limited Tendering Procedures: 2. An entity may use limited tendering procedures in the following circumstances and subject to the following conditions:
(b) 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.

World Trade Organization - Agreement on Government Procurement (WTO-AGP)
Article XIII Limited Tendering
1. Provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of any other Party or protects domestic suppliers, a procuring entity may use limited tendering and may choose not to apply Articles VII through IX, X (paragraphs 7 through 11), XI, XII, XIV and XV only under any of the following circumstances:
b. where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
iii. due to an absence of competition for technical reasons.

Comprehensive Economic and Trade Agreement (CETA)
Chapter nineteen: Government procurement
Article 19.12 - Limited tendering
1. Provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of the other Party or protects domestic suppliers, a procuring entity may use limited tendering and may choose not to apply Articles 19.6 through 19.8, paragraphs 7 through 11 of Article 19.9, and Articles 19.10, 19.11, 19.13 and 19.14 under any of the following circumstances:
(b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
(iii) due to an absence of competition for technical reasons.

8. Period of the proposed contract or delivery date

a. The equipment must be delivered, installed, commissioned and training must be performed before 31 March 2020.

9. Cost estimate of the proposed contract

a) The estimated value of the contract, is $600,000.00 (GST/HST extra).

10. Name and address of the pre-identified supplier

Thermo Fisher Scientific (Mississauga) Inc.
2845 Argentia Road, Unit #4,
Mississauga, Ontario
L5N 8G6

11. 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.

12. Closing date for a submission of a statement of capabilities

The closing date and time for accepting statements of capabilities is October 23, 2019 at 2:00 p.m. EST.

13. Inquiries and submission of statements of capabilities

Inquiries and statements of capabilities are to be directed to:

Name: Mike Littlefield
Title: Supply Specialist
Public Services and Procurement Canada
Acquisitions Branch
Address: 86 Clarence Street, 2nd Floor
Kingston, Ontario, K7L 1X3
Telephone: (613) 545-8058
Facsimile: (613) 545-8067
E-mail address: mike.littlefield@pwgsc-tpsgc.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 October 2019
Value of contract
to be confirmed

About the buyer

Address
Agriculture and Agri-Food 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?