Portable 3D Scanner System - DRDC Valcartier, Quebec, Quebec,
Canada.

Solicitation number W7701-145778/A

Publication date

Closing date and time 2013/11/25 14:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    CREAFORM INC.
    5825, rue St-Georges
    Lévis Quebec
    Canada
    G6V4L2
    Nature of Requirements: 
    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
    Defence R&D Canada Valcartier (DRDC-Valcartier) has a
    requirement for the supply of one (1) handheld 3D laser scanner
    system named "REVscan" from Creaform.
    
    
    3. CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES
    (MINIMUM ESSENTIAL REQUIREMENTS)
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its system meets the following requirements:
    
    The scanner system must have the following characteristics:
    	.1 The instrument must be handheld and be freely manipulated by
    the user, without recourse to external positioning or tracking
    devices such as CMM, articulated arm, laser tracker, GPS,
    electro-magnetic positioning device.
    	.2 The whole scanner and its accessories (cable, support, and
    calibration plate) must fit into a case.
    	.3 The instrument must position itself relative to the target
    with the use of not expensive passive reflective targets. These
    surface markers must not create artefacts data in the scan
    session.
    	.4 The system must allows the user to select resolution as well
    as scanned volume prior to the scan. The scanned object is saved
    as one file, thus not creating multiple scans requiring
    alignment, and not requiring post treatment to remove erroneous
    data, smooth out the surface, etc.
    	.5 The system must deliver a STL file in real-time.
    	.6 The system must be able to measure parts with accuracy as
    good as 0.04 mm, thus allowing for measurement of parts as thin
    as 2 mm.
    	.7 The system must be able to measure most colors and/or
    finishes without the need for painting, covering or any
    alteration of the parts surface condition.
    	.8 The system must allows for interactive editing of the
    erroneous data or unwanted zones to be eliminated from the
    surface scan during the scan process rather than after the scan.
    	.9 The instrument must meet the following specifications:
    		(a) Resolution: 0,100  mm
    		(b) Accuracy: up to 0,050  mm
    		(c) Laser class:  class II maximum
    		(d) Volumetric Accuracy: 0,020 mm + 0,200 mm/m
    		(e) Stand-Off Distance: 150 to 450 mm
    		(f) Weight : 1 kg or less
    		(g) Maximum dimensions: 200 mm (depth) x 300 mm (width) x 250
    mm (height)
    	.10 The system must include a proprietary data acquisition
    software.
    	.11 The system must include a reverse engineering software.
    	.12 The system must also include a laptop pre-configured with
    the required software, featuring at least the following
    specifications: 
    Intel Core i7 CPU, Nvidia Quadro 2Gb Graphics Card, Windows 7
    Pro 64-bits OS, non-reflecting 15,6" screen, 16Gb RAM, HDD 750Gb
    with 24Gb Flash, one (1) Expansion Slot  for 54mm Express Card,
    two (2) USB 2.0 ports, three (3) years warranty.
    	.13 The supplier must be able to provide a training in French
    and English at RDDC-Valcartier, Quebec, Quebec, Canada..
    	.14 The support and after sales service must be provided in
    French and English, Monday to Friday during the hours between
    07:30 a.m. and 4 p.m..
    
    
    4. APPLICABILITY OF THE TRADE AGREEMENTS TO THE PROCUREMENT
    This procurement is subject to the following trade agreements:
    	.1 Agreement on Internal Trade (AIT)
    	.2 North American Free Trade Agreement (NAFTA)
    
    
    5. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER
    We believe that the handheld 3D laser scanner system named
    "REVscan" from Creaform
    is the only system able to perform the work or comply with
    government requirements.
    
    
    6. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION
    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 exclusions and/or limited tendering reasons are
    invoked under the trade agreements specified:
    	.1 Agreement on Internal Trade (AIT) - Article 506: Procedures
    for Procurement
    12. Where only one supplier is able to meet the requirements of
    a procurement, an entity may use procurement procedures that are
    different from those described in paragraphs 1 through 10 in the
    following circumstances: (b) where there is an absence of
    competition for technical reasons and the goods or services can
    be supplied only by a particular supplier and no alternative or
    substitute exists.
    	.2 North American Free Trade Agreement (NAFTA) - Part Four:
    Government Procurement - Chapter Ten Article 1016: Limited
    Tendering Procedures 2. An entity may use limited tendering
    procedures in the following circumstances and subject to the
    following conditions:  (b) where, for works of art, or for
    reasons connected with the protection of patents, copyrights or
    other exclusive rights, or proprietary information or where
    there is an absence of competition for technical reasons, the
    goods or services can be supplied only by a particular supplier
    and no reasonable alternative or substitute exists.
    
    
    8. PERIOD OF THE PROPOSED DELIVERY DATE
    The system must be delivered on a six-week period after the
    contract award.
    
    
    9. COST ESTIMATE OF THE PROPOSED CONTRACT
    The estimated value of the contract is between $50,000 $ to
    $100,000 including taxes.
    
    
    10. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER
    	Creaform inc.
    	5825, rue St-Georges
    	Lévis, Québec
    	CANADA,  G6V 4L2
    
    
    11. SUPPLIER ' 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 25, 2013 at 2:00 p.m. Eastern standard
    time (EST).
    
    
    13. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    Marial Tremblay 
    Supply Specialist 
    Public Works and Government Services Canada (PWGSC) 
    CFB Bagotville, P.O. Box 380 
    Building 71, Room 115 
    Alouette, Quebec, G0V 1A0 
    
    Telephone: (418) 677-4000, Ext.: 4159 
    Facsimile: (418) 677-3288 
    E-mail:  marial.tremblay@pwgsc.gc.ca
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, 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.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    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

    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Tremblay, Marial
    Phone
    (418) 677-4000 (4159)
    Fax
    (418) 677-3288
    Address
    BFC Bagotville, CP 380
    CFB Bagotville, PO Box 380
    Bâtiment 71, local 115
    Building 71, Room 115
    Alouette, Québec, G0V1A0

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: