Trade Agreement:
Canada-Chile Free Trade Agreement (CCFTA)
Canada-Colombia Free Trade Agreement
Canada-Panama Free Trade Agreement
Canada-Honduras Free Trade Agreement
Canada-Korea Free Trade Agreement (CKFTA)
Canadian Free Trade Agreement (CFTA)
Tendering Procedure: All pre-qualified suppliers
Competitive Procurement Strategy: Lowest Evaluated Price
Comprehensive Land Claim Agreement: No
Nature of Requirements: Supply of an Inductively Coupled Plasma Optical Emission Spectrometer (ICP-OES) System
Reference Number: NRCan-5000086420
Contact Information:
Name: Alexandre Rheault
Title: Procurement Specialist
Address: 580 Booth St., Ottawa, Ontario, Canada
Telephone: 613-298-6447
E-mail: alexandre.rheault@nrcan-rncan.gc.ca
THIS REQUEST IS RESERVED FOR HOLDERS OF SUPPLY ARRANGEMENT # E60PV-19EQUI ONLY, FOR THE PURCHASE OF LABORATORY AND SCIENTIFIC EQUIPMENT, PARTS AND ACCESSORIES, SERVICES AND SUPPLIES.
Only Suppliers currently pre-qualified on Supply Arrangement E60PV-19EQUI have been invited to bid.
As a requirement of the Supply Arrangement, this notice is published on Government Electronic Tendering Service (GETS) for a period of 40 calendar days. The closing date published on this notice identifies how long the notice will be published. For the closing date of any solicitation under the supply arrangement, invited suppliers should refer to the solicitation documents.
Suppliers that do not have a Supply Arrangement for the supply of Laboratory and Scientific Equipment, Parts and Accessories, Services and Supplies with Public Works and Government Services Canada, cannot submit a bid. Any bids received from suppliers not pre-qualified on the Supply Arrangement will not be evaluated.
Suppliers may qualify under Supply Arrangement E60PV-19EQUI for Laboratory and Scientific Equipment, Parts and Accessories, Services and Supplies, at any time. Interested suppliers should download solicitation document E60PV-19EQUI/D from CanadaBuys (SAP Ariba) and submit a response as per the requirements of the Request for Supply Arrangement.
Description:
Natural Resources Canada (NRCan) requires a spectrometer (ICP-OES) system capable of analyzing surface profiles for research purposes. The mandatory technical criteria are as follows:
The system must be equipped with a dual-view radial and axial torch configuration. It must have a detection wavelength range of 170–750 nanometers. It must include a Peltier-cooled charge injection or coupled device (CID/CCD) camera. The system must allow simultaneous access and measurement of elements across the full detection wavelength range. It must be equipped with an automatic and manually tunable free-running solid-state RF generator. The optical chamber and components must be temperature-controlled. The system must support the use of Argon or Nitrogen as a purge gas. It must include a sample introduction peristaltic pump with at least four channels. Safety interlocks must be included for gas, exhaust, water flow, camera temperature setting, drain sensor, and torch box door. The system must include an aqueous sample introduction kit consisting of three quartz torches, two concentric glass nebulizers for standard aqueous analyses, one glass nebulizer for aqueous samples with high dissolved solids, and two glass cyclonic spray chambers. An autosampler must be included with a standard rack capable of holding at least ten 50 mL standard tubes, sample racks with a capacity of 240 15 mL sample tubes, a probe rinse station, customizable rack configurations, and user-definable sampling depth. The system must include a minimum of two sample probes, peristaltic pump tubing, and necessary communication cables. A recirculating water chiller must be included with a cooling capacity that meets or exceeds the manufacturer's recommendation, operating at 110-120 VAC. The system must include instrument control, data acquisition, and processing software that provides automated control over all components, supports real-time data acquisition and processing, includes spectral interference correction, allows for various calibration modes, and enables data export in standard formats (.txt, .csv, .xls, .mdb) for compatibility with Laboratory Information Management Systems (LIMS). A computer workstation must be included, equipped with a monitor, keyboard, and mouse, configured to meet the manufacturer’s recommended performance requirements, and preloaded with a permanently licensed version of MS Office. The system must include a minimum of one day of training for two operators. A standard instrument tool kit required for routine maintenance must be provided. Any required standards and test solutions for validating system installation and performance must be included. The equipment must be approved by the Canadian Standards Association (CSA), CSA International, or an equivalent national certification body such as EC or UL.
The responsive bidder already holding a Supply arrangement for Laboratory and Scientific Equipment, Parts and Accessories, Services and Supplies from Public Works and Government Services Canada who meets the mandatory technical criteria with the lowest aggregate price will be recommended for contract award.
Amendments 1 and 2: To correct the contact information.