SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

ion milling machine

Status Awarded

Contract number 1012523

Solicitation number 23-58142

Publication date

Contract award date

Contract value

CAD 428,693.12

    Description

    This contract was awarded to:

    HITACHI HIGH-TECH CANADA INC

    Advance Contract Award Notice (ACAN)

    [23_58142]

    [ion milling machine]

    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 National Research Council of Canada (NRC), Saguenay site, is seeking to acquire an ion milling machine with an integrated transfer system that is compatible with the Hitachi SU-70 scanning electron microscope (SEM) currently at its facility.
    NRC’s positioning in advanced metallography analysis using optical microscopy and SEM in the aluminum processing sector requires extremely accurate and reproducible metallographic preparation of various alloys of high value-added components.
    The ion milling machine thins samples until they are perfectly flat by firing ions at the surface from a variable angle and sputtering material from the surface.
    Ion milling machines are typically used for cross-section polishing prior to SEM analysis of materials that are difficult to prepare using mechanical polishing. The purpose is to prevent too many deformities or changes to the phases of materials due to mechanical constraints and temperature increases generated during polishing. For instance, for SEM/EBSD (Electron BackScatter Diffraction) analysis, seeing as the first 50 nm of material need to be analyzed, ion polishing/milling is required. This technology has become indispensable in any modern R&D microscopic characterization laboratory.
    For the purpose of advanced research and applications, the ion milling machine with an integrated transfer system compatible with the Hitachi SU-70 SEM is required for the study of materials that are sensitive to oxidation. The polishing method is critical and requires an oxygen-free environment.
    The scope of work includes supply, transportation, installation, documentation and training.
    3. Constraints

    The ion milling machine must be CSA certified.
    4. Mandatory technical specifications

    4.1. The ion milling machine must be operated with minimum 99.999% pure argon gas.

    4.2. The ion milling machine must have an accelerating voltage between 0 and 8 kV.

    4.3. The ion milling machine must have the two following modes:
    4.3.1. Flat milling;
    4.3.2. Cross-sectioning at ambient temperature and -100°C.

    4.4. The ion milling machine must operate at temperatures between 0°C and
    -100°C.

    4.5. In cross-sectioning mode, the ion milling machine must:

    4.5.1. Accommodate a minimum sample size of 20 x 12 x 7 mm
    (L x W x H);
    4.5.2. Have a minimum milling speed of 1000 m/h on silicon;
    4.5.3. Allow sample movement of +/-7 mm along the x-axis and of 0 to +3 mm along the y-axis;
    4.5.4. Allow mask movement of +/- 4 mm along the x-axis and of -3 to 0 mm along the y-axis.

    In cold milling (-100°C) cross-sectioning mode, the ion milling machine must:

    3.5.5. Accommodate a minimum sample size of 20 x 12 x 7 mm
    (L x W x H);
    3.5.6. Have a minimum milling speed of 1000 m/h on silicon;
    3.5.7. Allow sample movement of +/-1.5 mm along the x-axis and of 0 to +3 mm along the y-axis;
    3.5.8. Allow mask movement of +/-4 mm along the x-axis and of -3 to 0 mm along the y-axis.

    4.6. The ion milling machine must have a flat milling mode for:

    4.6.1. A minimum sample size of 50 mm (diameter) x 25 mm (thickness);
    4.6.2. A minimum milling speed of 20 m/h on silicon;
    4.6.3. A sample movement of 0 to 5 mm along the x-axis;
    4.6.4. A revolution speed between 1 and 25 revolutions per minute;
    4.6.5. A mask movement of +/-4 mm along the x-axis and of -3 to 0 mm along the y-axis;

    3.7. The ion milling machine must come with operating software;
    3.8. The ion milling machine must have the ability to program specific polishing procedures that can be saved for future use;
    3.9. The ion milling machine must be capable of being operated remotely.

    5. The ion milling machine must have an airtight sample holder that is compatible with NRC’s Hitachi SU-70 SEM and that has:

    5.1. The ability to accommodate a minimum sample size of 12 x 5 x 4 mm
    (L x W x H).
    5.2. The ability to be used for cold milling (-100°C).
    5.3. The ability to transfer samples from the ion milling machine to the SU-70 SEM.
    5.4. A system that enables flat milling in an airtight environment.
    5.5. An optical microscope with the following features:

    5.5.1. An 11-inch monitor;
    5.5.2. Adjustable, LED coaxial lighting;
    5.5.3. Minimum de 430X zoom;
    5.5.4. Resolution lower than 1.7 m;
    5.5.5. The ability for measure the region of interest on the monitor;
    5.5.6. Saving images that are a minimum of 6 MPixels;
    5.5.7. One (1) mask for alignment at large-scale magnification;
    5.5.8. One (1) mask for manual alignment.

    5.6. An air protection sample exchange system that is compatible with the ion milling machine’s airtight sample holder that is compatible with NRC’s Hitachi SU-70 SEM.

    5.7. The ion milling machine must come with a manual polishing system that can be used for the initial preparation of samples.

    5.8. The ion milling machine must have the following accessories:

    5.8.1. Ten (10) masks for cross-sectioning mode;
    5.8.2. Five (5) masks for cross-sectioning mode in air protection mode;
    5.8.3. Two (2) high-density masks for cross-sectioning mode (twice as hard as the regular mask);
    5.8.4. A gas regulator assembly (tube and regulator);
    5.8.5. Four “stub” sample holders for cross-sectioning mode;
    5.8.6. A spare anode and cathode;
    5.8.7. One (1) ion beam sensor;
    5.8.8. One (1) connection system in air protection mode for the SU-70 SEM.

    6. Size

    The ion milling machine must have maximum dimensions of 619 x 736 x 312 mm
    (L x W x H).
    7. Deliverables

    The following documentation (physical and digital copies) must be provided in English upon delivery. A French version (physical and digital copies) must be provided if available.

    6.1. User manual including risks and health and safety rules.
    6.2. Service and maintenance manuals, including:
    - Component lists for troubleshooting;
    - Electrical schematics.

    8. Delivery - Installation - Training

    Item Item description Delivery timeframe
    1 One (1) ion milling machine with one (1) integrated transfer system that meets the technical specifications set out in section 3 of this Appendix.
    The ion milling machine and the integrated transfer system must be delivered at the latest 34 weeks following contract award.
    2 Installation for commissioning, see section 5 of this Appendix. Installation must occur within maximum 30 business days of the date confirmed by the NRC-Saguenay site.
    3 Eight (8) hours of training on the use of the equipment, see section 5.5 of this Appendix.
    Training must take place at the facility.
    4 Operations documents, see section 4.1 of this Appendix. The documents must accompany the equipment upon delivery.

    8.1 The system must be delivered and installed at:

    NRC – Saguenay Site
    501 de l'Université Boulevard East (Door 6, via Newton Street)
    Saguenay (Chicoutimi sector)
    Quebec G7H 8C3
    Canada

    8.2 Upon delivery:
    8.2.1 Unloading and installation:
    The client, NRC-Saguenay, shall be responsible for unloading and disposing of shipping materials.

    8.3 For installation:
    8.3.1 The supplier must indicate in its proposal all utilities required (water, air, electricity) as well as special requirements, and must provide any necessary connectors.
    8.3.2 Water, air, electricity and any changes to the building shall be supplied and/or performed by NRC.

    8.4 Installation must occur within maximum 30 business days of the date confirmed by the NRC-Saguenay site.

    8.5 One day of comprehensive training, in English, must be delivered during the daytime to a minimum of three (3) users following installation. The training must cover the following:

    8.5.1 Operation;
    8.5.2 Programming and other features;
    8.5.3 Maintenance;
    8.5.4 Labour, tooling, travel (including travel time) and living expenses must be included.

    Training is to take place at time of installation.

    9. Applicability of the trade agreement(s) to the procurement
    This procurement is subject to the following trade agreement(s)
    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-Korea Free Trade Agreement
    o Canada-Panama Free Trade Agreement
    o Canada-Peru Free Trade Agreement (CPFTA)
    o Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA)
    o Canada-Ukraine Free Trade Agreement (CUFTA)
    10. Justification for the Pre-Identified Supplier
    No, for the following two reasons:
    1. The ion beam milling is used to prepare metal or other samples for SEM observation and is essential for high-resolution analyses. This system removes contaminants, polishes the surface and reduces damage caused by mechanical preparations (i.e., through the use of abrasives). However, when transferring samples from the milling system to the SEM, it is crucial to prevent sample oxidization when exposed to the air. Oxidation can alter the surface, composition and structure of the samples, thus distorting results analysis. To prevent this oxidization, it is essential to acquire an exchange system that can control the
    environment during sample transfer in order to maintain the integrity of the sample’s surfaces. The combination of the milling machine and the exchange system ensures more accurate observations and analyses, and maintains the original characteristics of the materials. Hitachi’s exchange system is unique, because it is the only system compatible with the Hitachi SU-70 SEM and Hitachi’s Arblade milling system. No alternative is possible. In addition, Hitachi High-Tech Canada Inc. is the only authorized manufacturer for its equipment.
    2. The Arblade has a milling rate above 1000 m/h and works at low temperatures (-100°C). This is necessary for the analysis of aluminum alloys. This feature is unique in the international market today.
    11. 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 contract".
    11. Exclusions and/or Limited Tendering Reasons
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    a. Canadian Free Trade Agreement (CFTA) – Article 513 (1) (b) (iii): due to an absence of competition for technical reasons;
    b. World Trade Organization - Agreement on Government Procurement (WTO-AGP) – Article XIII (b) (iii): due to an absence of competition for technical reasons;
    c. Canada-European Union Comprehensive Economic and Trade Agreement (CETA) – Article 19.12 (b) (iii): due to an absence of competition for technical reasons;
    d. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) – Article 15.10 (2) (b) (iii): due to an absence of competition for technical reasons;
    e. Canada-Chile Free Trade Agreement (CCFTA) – Article Kbis-16 (2) (c): necessary to protect intellectual property;
    f. Canada-Colombia Free Trade Agreement – Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
    g. Canada-Honduras Free Trade Agreement – Article 17.11 (2) (b) (iii): due to an absence of competition for technical reasons;
    h. Canada-Korea Free Trade Agreement – referencing the WTO Protocol Amending the GPA, Article XIII (1) (b) (iii): due to an absence of competition for technical reasons;
    i. Canada-Panama Free Trade Agreement – Article 16.10 (1) (b) (iii): because of the absence of competition for technical reasons;
    j. Canada-Peru Free Trade Agreement (CPFTA) –Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
    k. Canada-Ukraine Free Trade Agreement (CUFTA) – Annex 10-6 (2) (a): any form of preference, including set asides, to benefit micro, small and medium enterprises; and
    l. Canada-United Kingdom Trade Continuity Agreement: refer to CETA as the provisions of CETA are incorporated by reference into and made part of this Agreement. (CETA) Article 19.12 (b) (iii).
    8. Period of the proposed contract or delivery date
    o The equipment must be delivered by March 31st 2024.
    10. Name and address of the pre-identified supplier
    Hitachi High-Tech Canada, Inc. 89 Galaxy Blvd, Suite 14, Toronto, Ontario M9W 6A4
    11. 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.
    12. Closing date for a submission of a statement of capabilities
    The closing date and time for accepting statements of capabilities is November 14th, 2023 at 2:00 pm EDT.
    13. Inquiries and submission of statements of capabilities
    Name : Jonathan Soles
    Title: Contracting Authority
    Telephone: 343-548-9258
    Email : Jonathan.Soles@nrc-cnrc.gc.ca

    Business address

    14-89 GALAXY BOULEVARD

    Toronto, Ontario, M9W 6A4
    Canada
    Notice type
    Advance Contract Award Notice
    Procurement method
    Advance Contract Award Notice
    Language(s)
    English
    ,
    French
    Selection criteria
    Not applicable
    Region(s) of delivery
    Quebec (except NCR)

    Contract duration

    The contract will be for a period of 6 month(s), from 2023/12/08 to 2024/06/08.

    Commodity - UNSPSC

    • 41100000 - Laboratory and scientific equipment

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • 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)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights
    Contact information

    Contracting organization

    Organization
    National Research Council Canada
    Address

    1200 Montreal Road

    Ottawa, Ontario, K1A 0R6
    Canada
    Contracting authority
    Jonathan Soles
    Phone
    (343) 548-9258
    Email
    Jonathan.soles@nrc-cnrc.gc.ca
    Address

    1200 Montreal Road

    Ottawa, Ontario, K1A 0R6
    Canada
    Date modified: