MOLECULAR ANALYSIS OF BLAST-INDUCED TRAUMATIC BRAIN INJURY

Solicitation number W7702-145639/A

Publication date

Closing date and time 2014/01/09 16:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    1.  	TITLE: 
    	MOLECULAR ANALYSIS OF BLAST-INDUCED TRAUMATIC BRAIN INJURY
    
    2.  	SECURITY:
    The following security requirement (SRCL and related clauses)
    applies and form part of the Contract.
    
    2.1	The Contractor/Offeror must, at all times during the
    performance of the Contract/Standing Offer, hold a valid
    Designated Organization Screening (DOS), issued by the Canadian
    Industrial Security Directorate (CISD), Public Works and
    Government Services Canada (PWGSC.
    
    2.2	The Contractor/Offeror personnel requiring access to
    sensitive work site(s) must EACH hold a valid RELIABILITY
    STATUS, granted or approved by CISD/PWGSC.
    
    2.3	Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    
    2.4	The Contractor/Offeror must comply with the provisions of
    the: 
    
    	a)	Security Requirements Check List and security guide (if
    applicable), attached at Annex "C", of the solicitation; 
    	b)	Industrial Security Manual (Latest Edition).
    
    3.  	REQUIREMENT:
    Defence Research and Development Canada (DRDC) - Suffield has
    recently initiated a blast injury program with a major focus on
    blast-induced traumatic brain injury (TBI).  Work is being
    carried out on a rodent model of TBI, as well as an ex vivo
    model system.  Novel instrumentation is used to expose these
    model systems to single pulse shock waves, enabling the
    investigation of their effect on brain tissue, separate from
    concussive and acceleration/deceleration forces.  There is a
    requirement to comprehensively characterize these effects at a
    molecular level in order to understand the etiology of the
    injury as well as to rationally develop medical countermeasures.
    The objectives of the contract are: 1) To assess the effect of
    shock waves on biological systems at the molecular level, and 2)
     To determine the efficacy of candidate medical treatments
    against blast-induced traumatic brain injury.   
    
    4. 	EVALUATION AND SELECTION:  
    Mandatory and point rated technical evaluation criteria are
    included in Annex "F" of the solicitation. 
    
    Contractor selection will be based on the highest responsive
    combined rating of technical merit and price.  The ratio will be
    70% for the technical merit and 30% for the price.
    
    5. 	OWNERSHIP OF INTELLECTUAL PROPERTY:
    Any intellectual property arising from the performance of the
    Work under the Contract will vest in Canada.  DRDC is exempted
    from the Treasury Board "Policy on Title to Intellectual
    Property Arising Under Crown Procurement Contracts"  approved 1
    June 2000 as per DRDC ADM (S&T) IP-02.  
    
    6. 	PERIOD OF CONTRACT: 
    It is anticipated that any contract will be effective for a
    period of one and a half (1.5) years  from the date of award.
    
    7.  	CODE OF CONDUCT CERTIFICATIONS 
    Pursuant to section 01 of Standard Instructions 2003, Bidders
    who are incorporated, including those bidding as a joint
    venture, must provide with their bid or promptly thereafter a
    complete list of names of all individuals who are currently
    directors of the Bidder. Bidders bidding as sole proprietorship,
    including those bidding as a joint venture, must provide with
    their bid or promptly thereafter the name of the owner. Bidders
    bidding as societies, firms, or partnerships do not need to
    provide lists of names. If the required names have not been
    received by the time the evaluation of bids is completed, Canada
    will inform the Bidder of a time frame within which to provide
    the information. Failure to comply will render the bid
    non-responsive. Providing the required names is a mandatory
    requirement for contract award.
    
    This PWGSC office provides procurement services to the public in
    English.
    
    Contracting Authority
    
    Lorraine Jenkinson 
    Supply Specialist 
    Public Works and Government Services Canada
    Acquisitions Branch, Western Region 
    Telus Plaza North 
    10025 Jasper Avenue, 5th Floor 
    Edmonton, AB  T5J 1S6 
    
    Telephone:  (780) 497-3593 		  Facsimile:  (780) 497-3510 
    E-mail address:  Lorraine.Jenkinson@pwgsc-tpsgc.gc.ca
    
     IMPORTANT NOTICE TO BIDDERS   Notifications about amendments to
    an opportunity.   Buyandsell.gc.ca/tenders provides a Web feed
    to keep you informed about amendments to an opportunity of
    interest.  Get more details on the Government of Canada Web
    site:   
    https://buyandsell.gc.ca/procurement-data/tenders/follow-opportun
    ities#20  
    
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)
    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Jenkinson, Lorraine
    Phone
    (780) 497-3593 ( )
    Fax
    (780) 497-3510
    Address
    Telus Plaza North/Plaza Telus Nord
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    1
    000
    English
    10

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.