SAP Ariba system maintenance

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

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 22 from 6:00 pm until Sunday, June 23 12:00 am (Eastern Time) 

Automated programmable laser confocal microscope equipped with advanced image analysis software

Solicitation number 23-58232

Publication date

Closing date and time 2024/06/21 14:00 EDT

Last amendment date


    Description

    Advance Contract Award Notice (ACAN)

    [23-58232]

    [Automated programmable laser confocal microscope equipped with advanced image analysis software]

    1. Advance Contract Award Notice
    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 NRC's Aluminum Technology Centre works with its clients and partners in the aluminum transformation industry to enhance their manufacturing processes and enable them to produce lighter, more cost-effective, and more environmentally friendly products. The center has research facilities dedicated to aluminum transformation processes and characterizing the performance of the manufactured products.
    The Aluminum Technology Centre provides its clients in the aluminum transformation sector with technological solutions through direct access to cutting-edge scientific infrastructure and expertise in assembly process development and aluminum forming. The main aluminum transformation technologies available include structural adhesive assembly, various welding techniques (laser welding, friction stir welding, and robotic arc welding), semisolid casting, forming and extrusion, as well as techniques for evaluating mechanical resistance, environmental sustainability, and metallurgical and chemical characterization.
    To support the NRC’s research, the research center requires an automated programmable laser confocal microscope equipped with advanced image analysis software for metallographic analysis that can automatically analyze multiple images of stitched samples and perform rapid, reproducible quantitative measurements of elements of one (1) micrometer or less. It’s necessary to program multiple analyses on a specimen or series of specimens and to associate them with a user-defined program that runs automatically. Images and measurements must be stored in automatic mode and must be analyzed directly in the system and exported to NRC designed software for analyses.
    The system configuration with the laser scanning system is for high-precision topographic analysis (Z-axis). This configuration is crucial for meeting the need for micron-level characterization of bonded and fractured surfaces, as well as the study of surface roughness of parts manufactured by the NRC. These features meet the need for automation and reproducibility of results without operator intervention or interpretation, representing an important new trend in R&D.

    The automated and programmable laser confocal microscope must be equipped with advanced image analysis software and 3D analysis capabilities. The acquisition of other equipment would not allow NRC to complete digital R&D projects for our current and future customers. The automated programmable laser confocal microscope in question must be CSA-certified.  
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements):
    3.1 Any interested supplier must provide a statement of capabilities demonstrating that their microscope meets the following requirements:
    Mandatory technical specifications
    3.2 The microscope:
    The microscope must be upright, automated, and programmable, with a straight stand, configurable to enable the following modes: bright field, dark field, polarized light, differential interference contrast (DIC) and differential interference contrast with circularly polarized light. The following specifications must be met:
    3.2.1 The motorized turret of the microscope must have six objectives:
    3.2.1.1 One (1) 1.25x Plan Fluor objective mode with a minimum aperture of 0.03.
    3.2.1.2 One (1) 2.5x Plan Fluor objective with a minimum aperture of 0.06 and a minimum working distance of 15 mm.
    3.2.1.3 One (1) 10x Plan Fluor objective mode with a minimum aperture of 0.25 and a minimum working distance of 9 mm with a bright field, a dark field and a differential interference contrast capability.
    3.2.1.4 One (1) 20x Plan Fluor objective mode with a minimum aperture of 0.5 and a minimum working distance of 2 mm with a bright field, a dark field and a differential interference contrast capability.
    3.2.1.5 One (1) 50x Plan Apo objective with a minimum aperture of 0.95 with a bright field, a dark field and a differential interference contrast capability.
    3.2.1.6 One (1) 100x Plan Apo objective mode with a minimum aperture of 0.95 with a bright field, a dark field and a differential interference contrast capability.
    3.2.2 The microscope must be able to change magnification in automatic mode without any interaction with the objective.
    3.2.3 The microscope’s motorized stage must have a minimum XY axis travel of 300 mm x 300 mm.
    3.2.4 The automated programmable laser confocal microscope must have Z-axis motorization.
    3.2.5 The automated programmable laser confocal microscope must be able to examine a sample with a height (Z axis) of 100 mm.
    3.2.6 The 3 sides automated programmable laser confocal microscope must be fully opened for larger samples. Front and rear of the microscope must be fully accessible. (No stand/column in the way of the sample).

    3.3 The 3D Laser confocal topographic and fluorescence analysis system:
    The automated programmable laser confocal microscope with advanced image analysis software must have a laser scanning system for topography analysis and fluorescence analysis and the software that can perform topography measurements, roughness measurements and 3D fluorescence applications.

    3.4 The image analysis software

    3.4.1 The image analysis software must be able to annotate and save images directly in .BMP, .JPEG, .PNG and .TIFF formats.
    3.4.2 The image analysis software must be able to load, calibrate and analyze a series of one hundred (100) images from another source (stereo macroscope, scanning electron microscope or transmission electron microscope) in .BMP, .JPEG, .PNG and .TIFF formats.
    3.4.3 The image analysis software must be programmed for timed image acquisition by interval, duration or cycle number.
    3.4.4 The image analysis software must be able to save videos directly in .AVI, .MOV and .WMF formats.
    3.4.5 The image analysis software must be able to open and process files larger than 500 GB within 1 second.
    3.4.6 The image analysis software must have metadata management capabilities for the self-identification and self-recording of data such as: Sample ID, customer number, user name, date and analysis parameters.
    3.4.7 The image analysis software must be able to save microscope configurations so that experimental parameters can be reproduced.
    3.4.8 The image analysis software must be able to automatically reproduce the microscope settings of a recorded image.
    3.4.9 The image analysis software must enable the creation, saving and cumulative execution of at least ten (10) individual patterns on a sample.
    3.4.10 The image analysis software must have automatic grey-level segmentation methods, of which the following are mandatory: Otsu, IsoData and Triangle.
    3.4.11 The image analysis software must have a minimum of twenty (20) greyscale image processing functions, of which the following are mandatory: greyscale normalization, gradient, variance, Sobel, median, Gaussian blur, sharpen and top-hat.
    3.4.12 The image analysis software must have a minimum of twenty (20) cumulative binary operation functions, of which the following are mandatory: Boolean operations, separate, measure, erode, dilate, open, close, fill objects, automatic particle separation, thin and prune.
    3.4.13 The image analysis software must have a minimum of twenty (20) functions for cumulative object measurement on fields, of which the following are mandatory: area, encompassing rectangle, centroid in X and Y, diameter, ellipse angle, ellipse length, ellipse width, maximum Feret length, maximum Feret angle, minimum Feret length, minimum Feret angle, object numbering, intensity, perimeter, circularity and compactness.
    3.4.14 The image analysis software must be able to run a Python script and ImageJ macro from a routine/macro, enabling flexible, on-line analysis and visualization of results during and at the end of an acquisition series.
    3.4.15 The image analysis software must be able to access and modify microscope parameters in a routine/macro.
    3.4.16 The image analysis software must be able to program in Python in a routine/macro.
    3.4.17 The image analysis software must have a system for automatically recording each image acquisition and analysis operation in Python.
    3.4.18 The image analysis software must be able to apply deep learning models as functions alongside other image analysis functions in a routine/macro.
    3.4.19 The image analysis software must be able to implement deep learning models developed and pre-trained with Tensorflow and Pytorch in a routine/macro.
    3.4.20 Programming and automation must perform the following six-step scenario in an image acquisition and analysis routine:
    3.4.20.1 Automatic recognition of sample positioning on the motorized stage.
    3.4.20.2 Automatic pattern creation and adjustment according to the shape, size and positioning of the detected sample.
    3.4.20.3 Programmable automatic changeover from one objective to another within the routine.
    3.4.20.4 Mosaic acquisition and automatic image analysis for this sample.
    3.4.20.5 Repeat steps 1 to 4 for the next sample.
    3.4.20.6 Automatic recording of images and results with automatic tagging system.
    3.4.21 Programming and automation must perform the following six-step scenario in a routine/macro:
    3.4.21.1 Acquisition of a low-magnification image or mosaic of the sample.
    3.4.21.2 Recognition of object(s) of interest by the image analysis routine.
    3.4.21.3 Recording, by object, of image analysis results such as length, width and X/Y positioning.
    3.4.21.4 Access to results for automatic programming of high-magnification image acquisition.
    3.4.21.5 Automatic positioning of and changing to a higher-magnification objective.
    3.4.21.6 Automatic image acquisition of object(s) of interest.
    4. Applicability of the trade agreement(s) to the procurement

    This procurement is subject to the following trade agreement(s) (insert the applicable 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)

    5. Justification for the Pre-Identified Supplier
    Zeiss is the only known supplier that can meet all of the NRC's mandatory technical requirements. The microscope includes launch Python scripts and image macros from a single routine/macro to enable complex analysis and visualization of research results during, online, and at the end of an acquisition series. The proposed microscope has an automated guided laser system with the ability to generate automatic mosaic plans based on image analysis criteria defined by the researcher. In the proposed system, the microscope has a deep learning AI configured for Tensorflow and Pytorch.
    Another aspect that makes this system unique is its configuration with a laser scanning system for high-precision topography analysis (z-axis). This configuration is important to meet the need for fine characterization in the micrometer range on surfaces that have been bonded and then fractured as well as to study surface roughness of parts produced by additive manufacturing process.
    All of these features meet the need for automation and reproducibility of results without operator intervention or interpretation. This automated programmable optical microscope with its advanced imaging software and 3D analysis functionality is not only unique, but the acquisition of other equipment would not enable us to carry out R&D projects in the NRC strategic digital field for our current and future industrial customers.
    6. 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".

    7. 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
    8. Period of the proposed contract or delivery date
    The equipment must be delivered by August 31st 2024.
    9. Name and address of the pre-identified supplier
    Carl Zeiss Canada Ltd./Ltée, 45 Valleybrook Drive, Toronto, ON M3B 2S6
    10. 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.

    11. Closing date for a submission of a statement of capabilities
    The closing date and time for accepting statements of capabilities is June 21st 2024 at 2:00 pm EDT.
    12. Inquiries and submission of statements of capabilities
    Name: Jonathan Soles
    Title: Contracting Authority
    Telephone: 343-548-9258
    Email: Jonathan.Soles@nrc-cnrc.gc.ca

    Contract duration

    The estimated contract period will be 3 month(s).

    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)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    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

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    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, National Capital Region (NCR), K1A 0R6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Region of opportunity
    World
    Contract duration
    3 month(s)
    Procurement method
    Advance Contract Award Notice
    Selection criteria
    Not applicable
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: