Canada - portable and ruggedized Rapid DNA system (M7594-203829/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
29 December 2020
Opportunity publication date
15 December 2020
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Trade Agreement: CETA / WTO-AGP / CPTPP / 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:
ANDE Corporation
3100 Logic Drive
Suite E
Longmont Colorado
United States
Nature of Requirements:

portable and ruggedized Rapid DNA system

M7594-203829/A
Courteau, Robert
Telephone No. - (343) 550-1614

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
The Royal Canadian Mounted Police (RCMP) has a requirement for the supply of a portable and ruggedized Rapid DNA system for the fully automated process of developing a DNA profile (CODIS short tandem repeat loci) from a biological sample without human intervention within a single instrument. This includes installation, set up, training and necessary system consumable (cartridges) for the validation of the system.
The portable and ruggedized Rapid DNA system must have the capability to analyze multiple samples at the same time of different types typically encountered in casework or disaster victim identification (e.g. blood, muscle tissue, bone, saliva, etc.). The fully automated analysis must be performed within a single disposable self-contained cartridge containing all necessary reagents, materials and waste containment required.

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 equipment meets the following requirements:

3.1. The System must be able to perform Rapid DNA (i.e. fully automated process of developing a DNA profile from a biological sample without human intervention).

3.2. The System shall consist of one instrument and accompanying computer and software necessary to perform Rapid DNA technology.

3.3. The System must be portable and must come within a ruggedized transport case providing shock and vibration protection meeting MIL-STD 810G.

3.4. The System must use a single disposable self-contained cartridge containing all necessary reagents, materials and waste containment required to perform fully automated STR analysis.

3.5. The System with associated cartridge must be able to interrogate the following 20 CODIS STR loci: CSF1PO, D3S1358, D5S818, D7S820, D8S1179, D13S317, D16S539, D18S51, D21S11, FGA, TH01, TPOX, vWA, D1S1656, D2S441, D2S1338, D10S1248, D12S391, D19S433, and D22S1045, plus at least two STR loci on the Y chromosome and the Amelogenin locus.

3.6. The System must generate results in 2 hours or less.

3.7. The System and associated cartridge must be compatible with a variety of samples typically encountered in casework (e.g. blood, muscle tissue, bone, saliva, etc.).

3.8. The disposable single cartridge must be stable when stored between 5 °C to 25 °C for at least 6 months from delivery date.

3.9. The disposable single cartridge must be able to accommodate more than one sample for processing.

3.10. The disposable single cartridge must include all necessary controls for the analysis, i.e., allelic ladder and internal standard.

3.11. The System must perform automatic calibrations of consumables.

3.12. The System must have internal diagnostic features that enable the user to identify instrument errors and malfunctions.

3.13. The System must have expert system capabilities, i.e. automatically analyzes and interprets the data and provides rapid feedback on the usability of the STR profiles without user intervention.

3.14. The System must provide the option to export output files of the “.fsa” or “.hid” format.

4. Applicability of the trade agreement(s) to the procurement
This procurement is subject to the following trade agreement:
• Canada Free Trade Agreement (CFTA)
• Canada-European Union: Comprehensive Economic Trade Agreement (CETA)
• World Trade Organization (WTO)

5. Justification for the Pre-Identified Supplier
The ANDE 6C instrument is the only known product that meets all of the above minimum essential requirements, ANDE Corporation is the only manufacturer of this system and is the only supplier capable of performing the proposed contract.

6. Government Contracts Regulations Exception(s)
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".

7. Quantity of the proposed contract
The proposed contract is for one ANDE 6 C instrument and cartridges for the analysis of 250 biological samples (200 Casework-type and 50 Reference-type samples), including installation, set up, training and support.

All the deliverables must be received on or before March 31, 2021.

Upon validation of the system, follow-on contracts may be required for additional units, cartridges and/or annual support services.

8. Name and address of the pre-identified supplier
ANDE Corporation
3100 Logic Drive, Suite 1E
Longmont, Colorado
80503

9. 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.

10. Closing date for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is December 29, 2020 at 14:00 EST.

11. Inquiries and submission of statements of capabilities
Direct all correspondence to:
Robert Courteau
Supply Team Lead
Public Works and Government Services Canada
Commercial Consumer Products Directorate
Suite 7153, 140 O’Connor Street, Ottawa, Ontario, Canada

Telephone: 343-550-1614
E-mail address: Robert.Courteau@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
29 December 2020
Value of contract
to be confirmed

About the buyer

Address
Royal Canadian Mounted Police Canada

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

Is there anything wrong with this page?