Electronics for Muon Tomography

Solicitation number W7714-176236/A

Publication date

Closing date and time 2016/11/24 14:00 EST


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    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: 
    Vertilon Corporation
    66 Tadmuck Rd
    Westford Massachusetts
    United States
    01886
    Nature of Requirements: 
    
    Electronics for Muon Tomography
    W7714-176236/A
    
    Advance Contract Award Notice (ACAN)
    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.
    
    Requirement
    Department of National Defence (for Defence Research and Development Canada) has a requirement for the procurement of supply of Electronics for Muon Tomography with a requested delivery date of 2017-03-31.
    
    Background
    Defence Research and Development Canada (DRDC) Ottawa Research Centre’s Radiological Analysis and Defence (RAD) Group have been involved in muon scattering tomography (MST) research and development since 2008. The RAD Group collaborated on the successful Cosmic Ray Inspection and Passive Tomography (CRIPT) project which produced Canada’s first (and currently only) MST system. The RAD Group is now developing a smaller, mobile MST system called Muon Passive Inspection for Counter-terrorism (MuPIC). MuPIC employs plastic scintillators and wavelength shifting (WLS) plastic optical fibres (POFs) to detect and track muons produced by cosmic-ray-atmosphere interactions. A critical part of MuPIC is the read-out electronics and light detectors which detect the photons from the WLS POFs. This statement of requirements (SOR) describes the read-out electronics and light detectors that a contractor will produce for MuPIC.
    
    GSIN: N5975.
    
    Acronyms
    
    CRIPT   Cosmic Ray Inspection and Passive Tomography 
    DRDC  Defence Research and Development Canada
    MST   muon scattering tomography 
    MuPIC  Muon Passive Inspection for Counter-terrorism
    POFs   plastic optical fibres 
    RAD   Radiological Analysis and Defence 
    SOR  Statement of Requirements
    TA  Technical Authority
    WLS   wavelength shifting 
    SIPm  Silicon Photomultiplier
    
     
    Technical Requirements
    The electronic system for all submitted statements of capabilities must meet the following technical requirements:
    
    1. ELECTRONICS FOR PORTABLE MUON TOMOGRAPHY SYSTEM
    
    Required quantity: One complete electronics system for reading out muon tomography system.
    
    In order to confirm compliance, Contractors interested in submitting a statement of compliance must clearly demonstrate that their product meets each of the criteria in Table 1.1 Requirements.
    
    Table 1.1 Requirements
    Specification 1.1.1 : Detector Module Boards (DMBs); dimensions.
    Value 1.1.1 : Each of the 56 DMBs must be 250 mm wide and no more than 200 mm long.
    Specification 1.1.2 : Number of light detectors and electronics channels per DMB
    Value 1.1.2 : Each DMB must include 16 surface-mounted light detectors to read out the light produced by the scintillator bars. Must be able to perform pre-amplification, charge integration and 14-bit digitization of each SiPM signal.  There must also be a 50 ns delay on the signal before it is charge integrated.
    Specification 1.1.3 : Light detectors
    Value 1.1.3 : Light detectors must be SensL MicroFJ-30035-TSV-TA 3mm x3mm silicon multipliers (SiPMs).
    Specification 1.1.4 : Discriminator
    Value 1.1.4 : Each DMB must include a discriminator for the summed SiPM signals with a programmable threshold between 1% of 50% of the maximum possible signal voltage.
    Specification1.1.5 : Read-out architecture
    Value 1.1.5 : The DMBs must be daisy-chained via serial interfaces to minimize the total length of cables used to connect the DMBs to the DAU
    Specification 1.1.6 : System throughput
    Value 1.1.6 : The system must handle event rates, without loss, of up to 10kHz (i.e. the inter-event time must be <100 micro-seconds).
    Specification 1.1.7 : Power supply
    Value 1.1.7 : Must have a power supply capable of delivering the required voltages and currents to the 56 DMBs (including the SiPMs).
    Specification 1.1.8 : Light detector bias voltage
    Value 1.1.8 : The light detectors (SiPMs) on each DMB must have a nominal bias voltage of 27.5 V with a trim bias range of +/- 2.5 V
    Specification 1.1.9 : Digital Acquisition Unit
    Value 1.1.9 : Must have a digital acquisition unit (DAU) which is derived from the Vertilon  IQSP482 digital acquisition unit and can handle 896 input channels from the 56 DMBs. This unit must handle complex coincidence logic for arbitrary combinations of the 56 DMB trigger input signals. The logic be programmable via a software GUI (specification 1.1.10, below) for system configuration, and provide diagnostic information to the GUI.This unit must have a USB 2.0 (or later) connection to an external computer.
    Specification 1.1.10 : Software
    Value 1.1.10 : Must provide Microsoft Windows 7 PC-compatible software with GUI which will output a binary data file with information that is equivalent to the information provided by the IQSP482 unit.
     
    1.2 ACCESSORIES
    
    In order to confirm compliance, Contractors interested in submitting a statement of compliance must clearly demonstrate that their product meets each of the criteria in Table 1.2: Accessories.
    
    Table 1.2 Accessories
    Description       Required quantity
    Data cables to connect DMBs in serial (20 cm)     56
    Trigger cables (20 cm)       56
    Connecting cable (300 cm) from each set of DMBs to the digital acquisition unit 8
    Manual for GUI operation       1
    
    2. DELIVERABLES
    Number Description of the Deliverables  Quantity and Format
    2.1 Detector module boards (DMBs)   56
    2.2 Light detectors (16 per DMB)    896
    2.3 Discriminators (1 per DMB)    56
    2.4 Complete electronics system (includes 56 DMBs, 1 DAU, 
     and all cables listed in Table  1.2) 1
    2.5 Data acquisition units (DAU) with integrated power supply 1
    2.6 Software to control system and write output data files 1
    
    Applicable Trade Agreements and Obligations
    This requirement is subject to the Agreement on Internal Trade (AIT) and the Bilateral Trade Agreements.
    Government Contract Regulations (GCR) Exception and Limited Tendering Reasoning
    Government Contract Regulations applies as only one person is capable of performing the work (Supply Manual Chapter 3 - 3.15).
    Limited tendering procedures in accordance with AIT and the Supply Manual (SM), Chapter 3, Annex 3.2 where: 
    
    - for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where thereis 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; (CAP Code 71)
    
    Required Delivery
    Delivery is requested to be completed by March 31, 2017.
    
    Intellectual Property:
    Contractor to own Intellectual Property Rights in Foreground Information.
    
    Estimated Cost : $ 328,830.00
    It is the Government of Canada's understanding that Vertilon Corporation is the only firm capable of performing the work.  As such, it is the Government of Canada's intent to issue a sole source contract to Vertilon Corporation.
    
    Proposed Contractor
    Vertilon Corporation 
    66 Tadmuck Rd.
    Westford MA
    United States 01886
    
    Suppliers who consider themselvesfully qualified and available to provide the goods at time of ACAN closing, may submit a statement of capabilities in writing to the contracting officer identified below, on or before the closing date and time of this notice. As it is intended to proceed in a timely manner, responses received after the closing date will not be considered. The statement of capabilities must definitively demonstrate on a line by line basis, as per Table 1.1 Requirements and Table 1.2 Accessories how the product meets or exceeds each criteria.  All technical information must be provided at ACAN closing.
    
    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. Informationprovided will be used by the Crown for technical evaluation purposes only and will not be construed as a proposal. The submitted written response must provide sufficient evidence (e.g. specifications, technical data, drawings or any other proof) that clearly demonstrates that the proposed product is capable of fulfilling all aspects of this requirement.  Suppliers that have submitted a response will be notified in writing of PWGSC’s decision whether to continue with the aforementioned procurement or tocompete the requirement.
    
    Inquiries and Submission of Statement of Capabilities
    Alexandra Nadeau
    Public Works and Government Services Canada
    Acquisitions Branch
    Logistics, Electrical, Fuel and Transportation Directorate - HN Division
    7B3, Place du Portage, Phase III, 11 Laurier Street, Gatineau (QC) K1A 0S5
    Telephone :  (819) 420-2859
    Facsimile :  (819) 953-4944
    E-mail address:  Alexandra.Nadeau@pwgsc-tpsgc.gc.ca
    
    All responses or inquiries are to be submitted to the Procurement officer identified above. The PWGSC file number, the procurement 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.
    
    CLOSING DATE AND TIME FOR WRITTEN SUPPLIER RESPONSES CHALLENGING THIS REQUIREMENT IS NOVEMBER 24, 2016, 2:00 PM EST.
    
    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

    • Agreement on Internal Trade (AIT)

    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
    Nadeau, Alexandra
    Phone
    (819) 420-2859 ( )
    Fax
    (819) 953-4944
    Address
    11 Laurier St./11, rue Laurier
    7B3, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    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
    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: