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) 

high powered ring laser

Solicitation number 23-58239/A

Publication date

Closing date and time 2024/02/13 14:00 EST

Last amendment date


    Description

    Advanced Contract Award Notice (ACAN)

    23-58239/A

    Automated Platform for Parallel synthesis

    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 (NRC) of Canada has a requirement for the supply of a two ultra-narrow linewidth tunable Ti:Sapphire ring laser, with two (2) integrated pump lasers supplied by Spectra-Physics. One system is for Quantum Physics Group at M50 led by Dr. Robin L. Williams, the other for the Ultrafast Quantum Photonics Groups at Sussex Drive, led by Dr. Ben Sussman.

    3. Criteria for assessment of the Statement of Capabilities (Minimum Mandatory Requirements):

    Any interested supplier must demonstrate by way of a statement of capabilities that its system meets the following mandatory technical requirements:
    • High-power 532nm CW DPSS laser
    • Ultra-narrow linewidth tunable Ti:Sa ring laser
    • C broadband mirror set for 700-1000nm Ti:Sa operation
    • Hands-free wavelength extension optics for Ti:Sa ring cavity 668-1068nm
    • Beam steering mirror housing 1
    • Beam steering mirror housing 2
    • C-baseplate S for easy mounting of lasers in parallel
    • Polyscience chiller 120V
    • Legs to adjust beam height of high-power 532nm CW DPSS laser with ultra-narrow linewidth tunable Ti:Sa ring laser
    • Mounted half wave plate for rotating high-power 532nm CW DPSS laser output polarization to the horizontal required input polarization of the ultra-narrow linewidth tunable Ti:Sa ring laser
    • Wavemeter coupling mount assembly for connection to use supplied wavemeter
    • Wavemeter fiber coupling lens collimator

    Mandatory Technical Requirements:

    a. High-power 532nm CW DPSS laser
    • Wavelength: 532nm
    • High average power: 15W
    • Power Stability: ±1%
    • Noise: < ±0.04% rms
    • Beam Polarization: > 100:1, Vertical
    • Spatial Mode: TEM00, M² <1.1
    • Beam Pointing Stability: <2 urad/°C
    • Beam Diameter: 2.3 mm +/- 10 %
    • Power Consumption: <250W (maximum)
    • One-year full system warranty

    Physical Characteristics:

    Dimensions of Laser Head (L x W x H): 14.752 x 6.0 x 4.087 inches
    Umbilical length: 10 ft
    Utility requirements: Voltage 110 VAC ±10% / 220 VAC ±10%
    Current – Power Supply <15 A / <6 A
    Current – Chiller <15A / <6A
    Frequency 60 Hz / 50 Hz

    The laser must incorporate solid mounts to minimize drift over time. The mounts must include no solder or dissimilar materials that can lead to build up of stress and hysteresis causing misalignments as a result of ambient temperature drift.

    Laser head must not use either a fiber laser due to excessive noise caused by fiber lasers in the 1 – 20 MHz range.

    Vendor must be able to provide an option for higher power 20 and 25 W pump laser options in the event that the experiment requires higher output powers.

    The CW Nd:YV04 (Continuous Wave, Neodymium:Yttrium Vanadate) pump laser must have a minimum warranty of two years covering parts and labor including the laser diodes.

    b. Continuous wave, ultra-narrow linewidth tunable Ti:Sapphire ring laser

    Wavelength tuning range with no optics change required: < 700 nm – > 1000 nm

    Must have option to allow for extended wavelength tuning from 670 nm – 1040 nm continuously with no optics change

    Average power: > 3.5 W @ 780 nm Pump Laser or > 7.2 W @ 780 nm Pump Laser

    Linewidth: < 35 kHz rms measured over 100 ms
    Fully automated - all operations controlled by computer
    50 GHz of mode-hop-free tuning
    Scan Stitching
    Dynamic Scan Range
    Adjustable Low Frequency Locking
    Linewidth: <50 kHz (measured over 100 msec)
    Spatial Mode: TEM00
    Beam Diameter: 0.8-1.0 mm (typical)
    Divergence: <1.2 mrad (half angle)
    Noise: <0.1% rms (above pump noise, added in quadrature)

    Physical Characteristics:

    Dimensions of Laser Head (L x W x H): 31.7 x 17.13 x 9.4 - 9.9 inches

    Utility requirements:
    Voltage 110 VAC ±10% / 220 VAC ±10%
    Current – Power Supply <15 A / <6 A
    Current – Chiller <15A / <6A
    Frequency 60 Hz / 50 Hz

    Laser cavity must be accessible to users for in-lab modification, alignment, etc.

    4. 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)

    5. Justification for the Pre-Identified Supplier:
    Spectra-Physics (SP) is the OEM. They are the owners, developers of the equipment and owners of the IP. They do not authorize value-added resellers or distributors for their equipment. SP is the sole distributor of the Matisse.

    Newport Corporation has been selected for this procurement as there are no other sources of supply that satisfy NRC’s compatibility for hardware and software platforms with an existing laser system from MKS Spectra Physics. The new laser system is intended to be an exact duplicate of the existing system from MKS Spectra Physics, it must communicate flawlessly with the existing MKS Spectra Physics laser system using their proprietary software that we use throughout the laboratory and it must have identical operating characteristics in relation to quantum state preparation of our semiconductor single quantum dot devices.

    6. Exclusions and/or Limited Tendering Reasons:

    Only one vendor is able to meet the unique technical requirements listed herein.
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) as only one supplier is capable of performing 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 XIII (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. Ownership of Intellectual Property:

    The Crown will have the right of use for normal business operations of the system once purchased. The design and system’s intellectual property are solely owned by the contractor.

    All IP generated on this instrument during its use by would belong entirely to NRC and its Research partners.

    9. Period of the proposed contract or delivery date:

    NRC is expecting the equipment to be delivered within 9 months, based on the date of the contract.

    10. Name and address of the pre-identified supplier:

    Newport Corporation (MKS Spectra-Physics)
    1791 Deere Avenue
    Irvine, CA 92606 USA

    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, within 15 days, 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 each of the advertised requirements in Section 3.

    12. Closing date for a submission of a statement of capabilities:

    The closing date and time for accepting statements of capabilities is February 13th, 2024 at 2:00PM EDT.

    13. Inquiries and statements of capabilities are to be directed to:

    Paul Hewitt
    National Research Council Canada
    Senior Contracting Officer
    Email: Paul.Hewitt@nrc-cnrc.gc.ca

    Contract duration

    The estimated contract period will be 9 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)

    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:

    • None

    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
    NRC-CNRC
    Address

    1200 Montreal road

    Ottawa, Ontario, K1A 0R6
    Canada
    Contracting authority
    Paul Hewitt
    Phone
    (343) 573-1068
    Email
    Paul.Hewitt@nrc-cnrc.gc.ca
    Fax
    N/A
    Address

    1200 Montreal road

    Ottawa, Ontario, 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
    Canada
    ,
    National Capital Region (NCR)
    ,
    Ottawa
    Region of opportunity
    World
    Contract duration
    9 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: