Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt 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
The Delta-Lab of the Geological Survey of Canada (GSC-Québec), Lands and Mineral Sector (LMS), Natural Resources Canada (NRCan), requires a high-resolution mass spectrometer (HRMS) interfaced with a gas chromatograph (GC-HRMS) to perform natural abundance isotope analysis of organic compounds.
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 the following requirements:
The delivered equipment must have the following specifications : 1. MANDATORY TECHNICAL SPECIFICATIONS
Gas Chromatograph (GC):
1.1. Split/splitless injector module: Sample injection system with integrated electronic gas control including constant flow and pressure modes, programmable flow and pressure modes, leak check and column evaluation.
1.2. Autosampler: An automated sample injection system capable of 1 µL injections using 2 mL GC vials. The autosampler must be capable of holding at last 100 samples (2 mL GC vials).
High-resolution mass spectrometer (HRMS):
1.1. Ionization Methods: The instrument must allow for electron ionization, positive chemical ionization, and negative chemical ionization.
1.2. Mass Range: The instrument must have a mass range of m/z 30-3,000.
1.3. Mass analyser resolution: Up to 240,000 at m/z 200.
1.4. Scan rate: Up to 40 Hz at resolution setting 7,500 at m/z 200
1.5. Mass accuracy: External calibration achieves
106 analytical dynamic range. The instrument must be capable of >5 ,000 analytical dynamic range within a single mass analyzer spectrum.
GC-HRMS System:
1.7. Dimensions (l, w, h): The entire GC-HRMS system must be suitable for benchtop placement. That is, the dimensions (length, width, height) cannot exceed 1.2 m × 1.2 m × 1.2 m.
1.8. Natural abundance isotope analysis: The GC-HRMS system must have a proven record of accomplishment of being adapted to carry out natural abundance isotope analysis of organic compounds within a high level of accuracy and precision (e.g., 1 or less for stable carbon isotope analysis reported in d13C notation). This proven record of accomplishment must consist of at least three articles in the peer-reviewed scientific literature published within the past five years demonstrating this ability.
4. Applicability of the trade agreement(s) to the procurement
This procurement is subject to the following trade agreements:
o Canadian Free Trade Agreement (CFTA) o Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP) o Canada-European Union Comprehensive Economic and Trade Agreement (CETA) o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) o Canada-Chile Free Trade Agreement (CCFTA) o Canada-Colombia Free Trade Agreement o Canada-Honduras Free Trade Agreement o Canada-Panama Free Trade Agreement o Canada-Peru Free Trade Agreement (CPFTA) o Canada-Ukraine Free Trade Agreement (CUFTA)
5. Set-aside under the Procurement Strategy for Aboriginal Business
N/A
6. Comprehensive Land Claims Agreement(s)
N/A
7. Justification for the Pre-Identified Supplier
The supplier must be able to provide an equipment that comply with all the criteria mentioned at point 3 of this notice. To PWGSCS knowledge, only Thermo Fisher Scientific is able to provide this equipment.
8. 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").
9. Exclusions and/or Limited Tendering Reasons
The following exclusion(s) and/or limited tendering reasons are invoked under the trade agreements specified:
o Canadian Free Trade Agreement (CFTA) Article 513 o Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP) Article XIII o Canada-European Union Comprehensive Economic and Trade Agreement (CETA) Article 19.12 o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) Article 15.10 o Canada-Chile Free Trade Agreement (CCFTA) Article 09 1.b) o Canada-Colombia Free Trade Agreement Article 1409 1 o Canada-Honduras Free Trade Agreement Article 17.11 2 o Canada-Panama Free Trade Agreement Article 16.10 1 o Canada-Peru Free Trade Agreement (CPFTA) Article 1409 o Canada-Ukraine Free Trade Agreement (CUFTA) Article 10.13 1
10. Ownership of Intellectual Property
N/A
11. Period of the proposed contract or delivery date
- The product must be delivered as soon as possible.
12. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is between $700,000.00 and $900,000.00 (GST/HST extra).
13. Name and address of the pre-identified supplier
Thermo Fisher Scientific (Mississauga) Inc.
2845 Argentia Road, Unit 4
Mississauga ON
L5N 8G6
14. 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.
15. Closing date for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is November 17, 2021
at 2:00 p.m. EST).
16. Inquiries and submission of statements of capabilities
Inquiries and statements of capabilities are to be directed to:
Annie Blanchet
Telephone: 514-605-3664 E-mail: annie.blanchet@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.