Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Generally only one firm has been invited to bid Attachment: None Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt Comprehensive Land Claim Agreement: No Vendor Name and Address:
ISO-MASS SCIENTIFIC INC #140, 5700 - 1 Street S.W. Calgary Alberta Canada T2H3A9 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 The Geological Survey of Canada (GSC-Québec) of Natural Resources Canada (NRCan), requires a stable isotope ratio mass spectrometer (IRMS). This IRMS system will play a key role in cutting edge research to be carried out under the framework of NRCan's Geo-Mapping for Energy and Minerals (GEM) program. The purpose of the GEM program is to advance geological knowledge in the North to support increased exploration of natural resources and inform decisions on land use that balance conservation and responsible resource development.
NRcan Plans to purchase a Thermo-Finnigan MAT 253 stable isotope ratio mass spectrometer to widen the range of masses that can be analyzed with gas source IRMSs in the field of stable isotope geochemistry, so to allow cutting edge research primarily using a new type of indicators, the "clumped isotopes" (unusual combinations of heavy-rare stable isotopes). This instrument can perform precise and accurate measures of this type of isotopic combinations that are less abundant than their common molecules (CO2 of mass 44; CH4 of mass 16), by a factor of 20 000 (for CO2 in carbonates; mass 47) or 100 000 (for CH4; mass 18).
To NRCan knowledge, the Thermo-Finnigan MAT 253 IRMS system has the HIGHEST SENSITIVITY and LINEARITY on the market (600 molecules/ion for sensitivity mode, and 900 molecules/ion for linearity mode). As such, it is the ONLY instrument capable of determining precise and accurate measurements of "clumped isotopes" The MAT 253 can perform precise and accurate measures of this type of isotopic combinations that are less abundant than their common molecules (CO2 of mass 44; CH4 of mass 16), by a factor of 20 000 (for CO2 in carbonates; mass 47) or 100 000 (for CH4; mass 18). Determinations of "clumped isotopes" are required in order for the Delta-Lab, Geological Survey of Canada (GSC-Québec), Natural Resources Canada, to carry out high quality research as demanded by NRCan's stakeholders. In particular, these analyses are essential to the research to be carried out under the framework of NRCan's Geo-Mapping for Energy and Minerals (GEM) Program (2013-2020).
3. CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES (MINIMUM ESSENTIEL REQUIREMENTS)
Any interested supplier must demonstrate by way of a statement of capabilities that its system meets the following requirements:
3.1 General Requirements
3.1.1 Track record: The vendor must demonstrate a proven and successful track record of production of IRMS systems. Vendors will be required to identify at least three installations over the past five years and provide points of contact and related information. No prototypes, demonstration models or used/refurbished instruments will be considered. The instrument model offered for sale must be in full production.
3.1.2 Warranty, upgrades and service: The vendor must guarantee a minimum one-year warranty on all parts and labour beginning on the date of acceptance of the system by the site authority (after complete installation). During the warranty period, hardware upgrades developed by the manufacturer to increase performance and/or reliability of the instrument, must be provided free of charge. After the warranty period, the hardware upgrades will be available to be purchased by the user.
3.1.3 Delivery: The instrument must be delivered to the GSC-Québec on or before March 31, 2015. All cables, tubing, power cords, fittings and other accessories required for installation and operation must be included along with complete operation and maintenance manuals.
3.1.4 Safety: The instrument must comply with international regulatory, safety, and electromagnetic compatibility requirements and be designed and manufactured under a quality system registered to ISO 9001.
3.1.5 Installation and Training: The instrument must be installed by a vendor factory-trained representative.
3.2 Technical Specifications
"Ion Source and Analyzer":
3.2.1 The electron impact ionization source must be capable of reaching a 10 kV acceleration voltage.
3.2.2 The ion source must allow for variable conductivity.
3.2.3
The ion source must be pumped down using a two-stage turbo molecular pump.
3.2.4 Ion source potentials and parameters must be computer controlled, either manually or automatically.
3.2.5 The ion source manifold must be weld-free, machined from a single piece of stainless steel, and all-metal sealed.
3.2.6 The IRMS system must have a low and stable H3+ factor for accurate and precise determination of D/H ratios by continuous flow.
3.2.7 Must have a 460 mm mass dispersion.
3.2.8 Must be equipped with an optional differential pumping module.
"Collectors":
3.2.9 The IRMS system must allow for the installation of up to eight individual Faraday cups. It must be possible to acquire data from any number of these cups simultaneously.
3.2.10
The IRMS system must be capable of static multicollection of CO2 isotopologues (44-49) with 10e12 ohm resistors for 47-48-49.
3.2.11 Sensitivity: 600 molecules CO2 per mass 44 ion at the collector (600 molecules/ion) in dual inlet mode. Ion Source linearity: 900 molecules/ion in continuous flow mode.
3.2.12 Mass range m/z 1 - 150 at full acceleration voltage.
3.2.13 Mass resolution 200 (C,N,O,S).
3.2.14 The IRMS must allow for sequential H2 + CO2 without magnet jump.
3.2.15 The amplifiers must have a linear dynamic range of 50 V.
3.2.16 The amplifier gain must be computer switchable.
3.2.17 Analog digital conversion must occur in the amplifier housing under vacuum.
"Dual Inlet System":
3.2.18 The instrument must support a dual inlet system which uses all-metal valve blocks with gold-sealed and gold-seated valves.
3.2.19 It must be possible to adjust the variable bellows between 3 and 40 ml volume.
3.2.20 It must be possible to heat the dual inlet system.
3.2.21 It must be possible to expand the dual inlet system by one or two multiports (10 ports each).
4. APPLICABILITY OF THE TRADE AGREEMENTS TO THE PROCUREMENT This procurement is subject to the following trade agreements:
.1 Agreement on Internal Trade (AIT)
.2 North American Free Trade Agreement (NAFTA)
.3 World Trade Organization Agreement on Government Procurement (WTO-AGP)
.4 Canada-Chile Free Trade Agreement (CCFTA)
.5 Canada-Peru Free Trade Agreement (CPFTA)
5. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER We believe that the Thermo-Finnigan MAT 253 stable isotope ratio mass spectrometer is the only product able to perform the work or comply with government requirements.
6. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION 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 exclusions and/or limited tendering reasons are invoked under the trade agreements specified:
.1 Agreement on Internal Trade (AIT) Article 506: Procedures for Procurement: 12. Where only one supplier is able to meet the requirements of a procurement, an entity may use procurement procedures that are different from those described in paragraphs 1 through 10 in the following circumstances:
(b) where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists.
.2 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.
.3 World Trade Organization Agreement on Government Procurement (WTO-AGP)
Article XV: Limited Tendering:
1.
The provisions of Articles VII through XIV governing open and selective tendering procedures need not apply in the following conditions, provided that limited tendering is not used with a view to avoiding maximum possible competition or in a manner which would constitute a means of discrimination among suppliers of other Parties or protection to domestic producers or suppliers: (b)
when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
.4 Canada-Chile Free Trade Agreement (CCFTA) Article Kbis-09: Tendering Procedures: 1. Entities may award contracts by means other than open tendering procedures, provided that the tendering procedure is not used to avoid competition or to protect domestic suppliers in the following circumstances, where applicable: (b) where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or 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.
.5 Canada-Peru Free Trade Agreement (CPFTA) Article 1409: Limited Tendering: 1. Provided that a procuring entity does not use this provision to avoid competition among suppliers, to protect domestic suppliers, or in a manner that discriminates against suppliers of the other Party, the procuring entity may contact a supplier or suppliers of its choice and may choose not to apply Articles 1405, 1406, 1407, 1408 and 1410 in 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.
8. PERIOD OF THE PROPOSED DELIVERY DATE The goods must be delivered no later than March 31st, 2015.
9. COST ESTIMATE OF THE PROPOSED CONTRACT The estimated value of the contract is between $400,000 $ to $500,000 applicable taxes in extra.
10. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER Isomass Scientific Inc. #140, 5700 - 1 Street S.W. Calgary, Alberta CANADA,
T2H 3A9
11. SUPPLIER ' 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 September 12, 2014 at 2:00 p.m. Eastern standard time (EST).
13. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES Inquiries and statement of capabilities are to be directed to: Marial Tremblay
Supply Specialist
Public Works and Government Services Canada (PWGSC)
CFB Bagotville, P.O. Box 380
Building 62, Room 112
Alouette, Quebec, G0V 1A0
Telephone: (418) 677-4000, Ext.: 4159
Facsimile: (418) 677-3288
E-mail:
marial.tremblay@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.