SAP Ariba system maintenance

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

  • Saturday, October 5 from 8:00 pm until October 6 12:00am (EDT) 

ESI Micromill

Solicitation number F2402-17CM01/A

Publication date

Closing date and time 2018/01/02 16:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Ligero Technical Services
    3513 Savoy Ct
    Austin Texas
    United States
    78738
    Nature of Requirements: 
    
    ESI Micromill
    
    F2402-17CM01/A
    Izzotti, Diana
    Telephone No. - (403) 680-6109 
    Fax No. - (403) 292-5786 
    
    
    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 Department of Fisheries and Oceans (DFO) has a requirement for the supply of one new ESI Micromill.
    
    A micromill is a computer-controlled drill that can sample materials at very fine spatial scales (e.g. hundredths of millimeters) that cannot be performed using a hand-held drill. 
    
    DFO require a micromill to subsample material from within microlayers of marine mammal teeth, fish otoliths, and bivalve shells. The computer provided with the ESI Micromill is complete with software that collects the data which needs to be consistent across DFO offices nationally.
    
    DFO employees at the Freshwater Institute have been trained on the ESI Micromill and its software, and it is the only machine compatible with FWI employee’s expertise nationally. 
    
    File # F2402-17CM01/A
    
    Contracting Authority:
    Izzotti, Diana 
    Telephone No. - (403) 680-6109
    Fax No. - (403) 292-5786 
    
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    
    Vendor Name and Address:
    
    Ligero Technical Services 
    3513 Savoy Ct., 
    Austin, TX 
    78738.
    
    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 proposed equipment meets each one of the mandatory following requirements: 
    
    Item # Micromill Requirement  
    1.  Must have on-screen display of digitized and interpolated sub-sampling paths including point, line, and raster sampling patterns. 
    2.   Must have computer-driven sample movement on X, Y and Z axes with sub-micron step resolution. 
    3.  Must have computer-driven control of drill speed with a range of 1,200 to 35,000 rpm. 
    4.  Must be capable of fitting standard dental drill bits from 0.3 to 1 mm diameter. 
    5.  Must be capable of drilling uneven surfaces at depths ranging from 100-1000 µm. 
    6.  Must have real-time video observation allowing for in-process viewing of mill bit using a CCD camera 
    7.  Must have high-resolution stereo microscope with optical zoom to 40X, or greater 
    8.   Must have CCD video camera for imaging and digitizing of sample 
    9.  Must have an open-stage that can accommodate samples ranging from approximately 5-50 mm in length. 
    10.  Must be programmable to drill spot, line, and rasters at spatial scales as small as 300 µm. 
    11.  Must be programmable to drill at various rotational speeds, and various speeds along line and raster sample patterns. 
    12.  Must come equipped with a camera that allows for sample details to be observed clearly at magnifications up to 10X. 
    13.  Must be equipped with an adjustable light source. 
    14.  Must have a live video image displayed on computer monitor and software-controlled lighting of sample stage 
    15.  Must come with software required to program and operate the instrument. 
    16.  Must be capable of saving, recalling and exporting images (BMP, TIF, JPG and TGA files) and have data/image file re-coordination. 
    17.  The unit must fit within a designated space of 65 cm deep by 200 cm wide (height unrestricted). It will be placed on a typical lab bench or counter 
    18.  Must have the option for an isolation enclosure with filter to minimize sample contamination. 
    19.  Supplier must be an authorized dealer of ESI products 
    20.  Existing technology: The instrument must be a recent version and in the market for a minimum of one (1) year. The model must be currently in production. 
    21.  Instrument must have computer and software for data acquisition with tools for data analysis, reporting and exporting 
    22.  Must include warranty for equipment of one year for parts and onsite service. 
    23.  Packaging and shipping are to be in accordance with the industry standard for all items in order to ensure their safe arrival at destination.  Packing slips shall accompany each shipment.  
    24.  The offered Micromill and resulting data must be 100% compatible with other ESI Micromills to ensure accuracy of data. 
    25.  The equipment offered must be 100% compatible with Canadian power outlets = 110-120 V 
    26.  Capable of being operated using a PC. 
     Computer and accessories Requirements:  ESI1-2000-1113 BOM List 
    27.  Must have Microsoft Windows-based software with point-and-click functions.
     
    28.  Software with license must be included and must be 100% compatible with the offered equipment and Windows 7 or Windows 10. 
    29.  IPC-5122-30ZE: Wallmount chassis for MicroATX w/ 300W 
    30.  AIMB-562L-KSA1E: C2D LGA775 mATX FSB1066 VGA/ GbE/10COM 
    31.  96MPP4-3.4F8-Generic: INTEL P4 3.4G 
    32.  1960022033T000: Cooler I-PM-M95W 114*96*26-RP 5V0.2A-35C 
    33.  96D2-2G-Generic: 2G DDR2- 
    34.  96HD-250G-ST-Generic: 250GB HDD or above 
    35.  96SDVR-Generic: Slim DVR 
    36.  96SW-XPPE3-US: WIN 7 ENGLISH W/RECOVERY CD(G) 
    37.  AGS-CTOS-SYS-B: Standard Assembly + Functional Testing 
    38.  AGS-CTOS-SYS-NS: Non-standard Integration/Modification 
    
    
    4. Government Contracts Regulations Exception(s) 
    
    The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) - “only one person is capable of performing the contract”.
    
    5. Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    
    - Canadian Free Trade Agreement (CFTA) Article 513, reason 1.b (ii) and (v). 
    
    - North American Free Trade Agreement (NAFTA) Article 1016 2(b).
    
    6. Period of the proposed contract or delivery date 
    
    All deliverables are requested to be delivered on or before March 29th, 2018. 
    
    7. Cost estimate of the proposed contract 
    
    The estimated value of the contract is approximately $ 63,000.00 CAD (GST/HST extra). 
    
    8. Name and address of the pre-identified supplier:
    
    Ligero Technical Services 
    3513 Savoy Ct.,
    Austin, TX 
    78738 USA 
    
    9. Suppliers' right to submit a statement of capabilities 
    
    Suppliers who consider themselves fully qualified and available to provide the goods 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.
    
    10. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is 2017-12-31.   
    
    11. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Diana Izzotti
    Procurement Officer 
    Public Services and Procurement Canada
    Western Region Procurement Branch
    Suite 1650,  635 8th Ave SW
    Calgary, AB T2P 3M3 
    
    Telephone: 403-680-6109
    Facsimile: 403-292-5786
    E-mail: diana.izzotti@pwgsc-tpsgc.gc.ca
    
    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.
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Izzotti, Diana
    Phone
    (403) 680-6109 ( )
    Email
    diana.izzotti@pwgsc-tpsgc.gc.ca
    Fax
    (403) 292-5786
    Address
    Room 1650, 635 8th Ave. S.W.
    Calgary, Alberta, T2P 3M3

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    Manitoba
    Procurement method
    Non-Competitive
    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: