Manufacturing Execution System Software

Solicitation number 31184-178220/A

Publication date

Closing date and time 2018/05/14 14:00 EDT


    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: 
    Eyelit Inc.
    5685 Whittle Road
    Mississauga Ontario
    Canada
    L4Z3P8
    Nature of Requirements: 
    
    Manufacturing Execution System Software
    
    31184-178220/A
    Ferrier, Heather
    Telephone No. - (613)720-7986 (    )
    
    
    Advance Contract Award Notice (ACAN)
    
    Manufacturing Execution System Software (MES) for Semiconductor Foundry (Research and Development) Laboratory Applications
    
    31184-178220
    Heather Ferrier
    Telephone No. - (819) 720-7986
    Email: heather.ferrier@tpsgc-pwgsc.gc.ca
    
    REQUIREMENT:
    
    The Canadian Photonics Fabrication Centre (CPFC) portfolio of the National Research Council of Canada (NRC) has a requirement for the provision of goods as specified under "Background" below. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these goods to Eyelit Inc., the developer of the Manufacturing Execution System (MES) Software Semiconductor Foundry (Research and Development) Laboratory Applications. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period. 
    
    If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.
    
    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.
    
    BACKGROUND:
    
    The current MES (FabFlow) was established approximately 10 years ago and served well during the CPFC’s setup and initial growth period. It has reached a stage where significant improvements and amendments have to be made for it to support the growth expected in wafer fabrication operation for the next 3-5 years. Unfortunately, the individuals who conceptualized and developed (FabFlow) will no longer support this product and are not providing new products in the area. Also, it is time to transition to an MES application which is widely in use across the semiconductor wafer fabrication market to make sure best practices are supported by the MES.
    The NRC’s (CPFC) facility provides a "one stop shop" for world-class semiconductor wafer engineering and manufacturing services, commercial grade prototyping and pilot-run production for Canadian and International institutions and corporations. Its Semiconductor Wafer Fab offers a large variety of materials and processes including gallium arsenide (GaAs) and indium phosphide (InP), gallium nitride (GaN) and silicon-on-insulator (SOI).   
    To deliver this mission, NRC Researchers employ a combination of 50 highly specialized semiconductor tools and equipment. Wafer manufacturing is complex and requires multi-step processes (400-700 steps) that involve temperature, light, chemicals, pressure, vacuum and water. NRC researchers use specialized work stations containing staging areas, baths for masking, etching, deposition, doping and washing.  The finished wafers need protection from airborne particles, contaminants, moisture and charged ions, so controlled storage in static-dissipative or -neutralizing desiccators and other storage and process enclosures are used. 
    
    During this fabrication process a large amount of test and characterization data is accumulated and must be stored by the MES software is such a way that it can be readily associated and correlated with batches (lots) or individual wafers or quarters of wafers or smaller pieces of wafers like bars and die. A large portion of the CPFC’s contracts calls for customized research and development work. The MES must be capable of handling and fully tracking any process flow modifications and lot manipulations carried out as part of these R&D activities.
    The Overall objective of this procurement is to upgrade the Canadian Photonics Fabrication Centre’s (CPFC’s) MES system to meet the current and future internal (staff and management) and external (customer) demand for information about the operational and engineering activities pertaining to each wafer passing through the facility. 
    NRC Researchers must catalogue and inventory processing steps to manufacture and deliver wafers to external clients. Each step must be tracked using an (MES) program. The (MES) program tracks and documents the transformation of raw materials to finished goods on a step by step basis and enables a full lot history together with all test and characterization data. The (MES) will enable multiple elements of the production process (e.g. inputs, personnel, machines and support services). It also provides information that helps decision makers understand how current conditions in the wafer fab can be optimized to improve output and quality.  The supplier will be expected to provide the base system, provide project management services, training and professional services.
    INITIAL AND OPTIONAL REQUIREMENTS
    
    Quantity UOM Description
    1  Each  Eyelit MES™, Includes 10 users with base system
    30  Each  Eyelit MES™ additional users
    1  Each  Eyelit Asset Management™ 
    
    Quantity UOM Collaboration, Coordination and Reporting Solutions
    1  Each  Eyelit ODS I ™
    1  Each  Eyelit ODS II ™
    1  Each  Eyelitreporting™  
    1  Each  Eyelit Advanced Dispatch™   
    1  Each  Eyelit ADS™ (Integration module)
    
    Quantity UOM Eyelit Quality™
    1  Each  Eyelit SPC™   
    1  Each  Eyelit SWR™   
    1  Each  Eyelit QMS™    (included with SWR purchase)
    
    Quantity Time  Customer Support 
    1  Annual  Year 24/7 Software maintenance and support 
    
    Professional Services Requirements:
    
    Quantity UOM   Implementation Services Estimate for basic phase
    3  1 week   Professional Services (Project Review/Documentation)-required 
    21  1 week   Professional Services -Implementation 
    4  1 week   Professional Services- Project management
    
    
    Quantity UOM   Training Services
    2  Per student Eyelit MES Modeling 
    2  Per student Eyelit MES database training 
    2  Per student Eyelit Asset Management™ Modeling and Configuration
    2  Per student Eyelit SPC™ Modeling and Configuration
    2  Per student Eyelit Advanced Dispatch™ Modeling and Configuration
    2  Per student Eyelit SWR™ Modeling and Configuration
    
    Optional Requirements:
    3  Annual  Maintenance and Support (three 3 one 1 year optional support periods)
    
    MINIMUM ESSENTIAL REQUIREMENTS
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets all of the mandatory requirements in Annex A.
    JUSTIFICATION FOR THE PRE-SELECTED SUPPLIER 
    The reasons for single tendering are described in Annex A.
    Section 6 of the Government Contract Regulations is being invoked in this procurement as only one person or firm is capable of performing the contract.
    CFTA, Article 513, paragraph 1.(b) and 1.(c) are applicable on the basis of limited tendering due to compatibility with existing products, to recognize exclusive rights, such as exclusive licenses, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative, and when 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.
    Articles 1016.2(b) and of NAFTA are applicable on the basis of limited tendering due to reasons 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
    PERIOD OF CONTRACT
    
    The proposed contract is for the purchase of Eyelit MES and associated maintenance and support services, training services and implementation services for a period of one (1) year plus three (3) one (1) option years for maintenance and support 
    
     
    ANNEX A
    
    The reasons for sole source procurement of the required manufacturing execution system software are listed below. The Canadian Photonics Fabrication Centre (CPFC) portfolio of the National Research Council of Canada (NRC) requires the solution to be compliant with the following functionalities:
    ESSENTIAL SOFTWARE REQUIREMENTS:
    
    Essential Software Functionality Requirements: The MES software must
    1. Be capable of fully tracking lot-splits from wafer to quarter to bar to die with full traceability of test and characterization data
    2. Be commercially off the shelf
    3. Allow multi-stage lot splitting and re-joining at any step in the process for all lot types with full traceability
    4. Feature Barcode input /read /print as oppose to traditional methods by hand 
    5. Be specialized for Semiconductor Wafer Fabrication Facilities
    6. Fully track process flow modifications and batch manipulations which are common in R&D work
    7. Have real-time views of all work in process, including manufacturing and/or R&D batches
    8. Not require access to internet to operate (like cloud based solutions)
    9. Be fully compliant with the SECS/GEM communication standard to allow direct linkage between MES and Fab tools for tool operation and tool and test data retrieval
    10. Have queue time and minimum process timer features programmable for each step feature Auto and Manual Rework Functions types with full traceability
    11. Allow scheduling and dispatching of batches, jobs and maintenance operations with specification of day and hour
    12. Provide management of access privileges from sign-on down to process step and wafer type level. Number of parallel users scalable to 70 and beyond
    13. Support the ability to integrate multiple fab operations under 1 MES Management 
    14. have QMS functions which support procedures that are aimed at optimizing and/or reducing scrap and non-conformance items like test and broken wafers
    
    
    Essential Vendor Experience:
    
    15.  Supplier must have at least 5 years of experience offering and implementing cots MES systems for Semiconductor wafer fabrication R&D facilities. During this time a minimum of 2 installations have completed successfully and to the satisfaction of the customer. The scope, size and complexity must match or exceed that of the CPFC (10k-50k wafers per year, processing simultaneously 3”,4” and 6” wafers, up to 700 process steps per wafer, interaction of 1000 tools and pieces of equipment, processing back-and-forth in 2 different facilities).
    
    
    
    
    
    CLOSING DATE AND TIME FOR WRITTEN SUPPLIER RESPONSES CHALLENGING THIS REQUIREMENT IS 14:00 p.m. EST, May 14, 2018.
    
    You are hereby notified that the Government intends to solicit a bid and negotiate with one firm only as identified above.
     If you wish to submit a written response showing that you are capable of meeting this requirement, it must be done not later than the specified closing date and time. The file number, 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. As it is intended to proceed in a timely manner, responses received after the closing date will not be considered.
    Responses received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement. Information provided will be used by the Crown for technical evaluation purposes only and is not to be construed as a competitive solicitation. Your written response must provide sufficient evidence (e.g. specifications, technical data, drawings, or any other proof) that clearly demonstrates that your product or service is capable of fulfilling this requirement.
    Suppliers that have submitted a response will be notified in writing of PWGSC's decision to continue with the non-competitive procurement or compete the requirement.
    
    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
    Ferrier, Heather
    Phone
    (819) 420-0978 ( )
    Email
    heather.ferrier@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière
    4th Floor, 10 Wellington Street
    4th etage, 10, rue Wellington
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    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
    Ontario (except NCR)
    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: