ZYLA 5.5 MP sCMOS Imaging Camera

Solicitation number 31184-196062/A

Publication date

Closing date and time 2020/03/02 14:00 EST


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Les Solutions SnowHouse inc.
    66 Montee du Bois-Franc
    Lac-Beauport Quebec
    Canada
    G3B1Y5
    Nature of Requirements: 
    
    ZYLA 5.5 MP sCMOS Imaging Camera
    
    31184-196062/A
    Van Den Hanenberg, Stephen
    Telephone No. - (343) 540-8371 (    )
    Fax No. - (   )    -     (    )
    
    Line 1, ZYLA 5.5 MP sCMOS Imaging Camera
    
    (1.0) 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.
    
    (2.0) Definition of the requirement:   
    The National Research Council Canada has a requirement for two (2) front illuminated scientific CMOS (sCMOS) cameras that will provide high signal to noise ratios in our images which is critical for statistically exploitable thermographic phosphor measurements. To achieve this, the sCMOS cameras must have a high spectral sensitivity from the UV to IR, high signal linearity, low dark current and read noise, high dynamic range, and multiple binning options. The cameras must operate with a true global (snapshot) shutter to accurately image the high velocity reacting and non-reacting flows we are studying, allow for full control of acquisition parameters, high frame acquisition rate with USB 3.0 connectivity, and seamless integration with our existing LABVIEW control software. 
    
    (3.0) Mandatory requirements /functionalities
    Scientific CMOS cameras must meet the below listed mandatory requirements/functionalities: 
    • Sensor type: Front illuminated sCMOS
    • Active pixels (W x H) 2560 x 2160 (5.5 Megapixel)
    • Sensor size: 16.6 x 14.0 mm (21.8 mm diagonal)
    • Pixel Size: 6.5 um
    • Pixel readout rate (MHz): 200 (100 MHz x 2 sensor halves), 560 (280 MHz x 2 sensor halves)
    • Read noise (e-) Median [rms]
    a. Rolling shutter: @ 200 MHz  0.9 [1.2], @ 560 MHz  1.2 [1.6]
    b. Global Shutter  @ 200 MHz  2.3 [2.5], @ 560 MHz  2.4 [2.6]
    • Peak Quantum Efficiency: 60% (sensitive from UV to IR)
    • TE cooling to 0° C in 35°C ambient, water cooling to -10°C
    • Dark Current : 0,14é/pixel/sec ( at 0°C Air Cooled) - with Dark Noise Suppression Technology
    a. 0,019é/pixel/sec ( at -10°C Water Cooled)
    • Linearity of 99,8% full Light Range 
    • Linearity of 99,9% Low light range (< 1000 electrons signal)
    • MTF (Nyquist @ 555 nm) 45%
    • Well Dept: 30 000 e- (Dual-Gain Amplifiers)
    • True global (snapshot) and rolling shutter
    • Maximum dynamic range: 33 000:1
    • Photon Response Non-Uniformity (PRNU): Half-light range < 0.01%, Low light range <0.1%
    • User defined ROI with 1 pixel granularity
    • Binning Options : 2x2, 3x3, 4x4, 8x8 
    • Anti-blooming factor x 10,000
    • Timestamp accuracy : 25 ns
    • Digitization: 12 & 16 bit
    • Max Frame Rate: 40 fps (full frame, USB 3.0)
    • Imaging mode, Spectroscopy Mode, Multi-track Mode
    • C-Mount
    • Connectivity: USB 3.0
    • GPU Express
    • Integration with LABVIEW
    • Dynamic Baseline Clamp
    • Spurious Noise Filter
    • Single window design
    • Comprehensive trigger modes and I/O
    
    (4.0) Applicability of the trade agreement(s) to the procurement: 
    
    • Canadian Free Trade Agreement (CFTA)
    • North American Free Trade Agreement (NAFTA)
    
    (5.0) Justification for the Pre-Identified Supplier:  
    Andor Technology is the manufacturer of the scientific CMOS (sCMOS) camera which is the only known camera on the market that meets or exceeds all of the mandatory requirements listed at section (3.0) above. Andor Technology designated Snow House Solutions as its  exclusive authorized reseller for fulfilling this requirement. 
    
    (6.0) Government Contracts Regulations Exception(s):  
    
    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".
    
    (7.0) The following exclusion(s) and/or limited tendering reasons are invoked under the following: 
    1016.2 (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.
    
    (8.0) Period of the proposed contract:  
    The products should be delivered by March 31 2020.
    
    (9.0) Name and address of the pre-identified supplier: 
     
    SnowHouse Solutions 
    66 Montée du Bois-Franc Lac-Beauport, Québec 
    G3B 1Y5 Canada 
    
    (10.0) 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 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.
    
    (11.0) Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is March 2, 2020
    
    (12.0) Inquiries and statements of capabilities are to be directed to: 
    Supply Officer - Stephen Van DenHanenberg
    Public Services and Procurement Canada 
    Commercial Acquisitions and Supply Management Sector 
    Address: 140 O’Connor Street, Ottawa, Ontario, K1A 0R5
    Telephone:  (343) 540-8371
    E-mail:  stephen.vandenhanenberg@tpsgc-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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Van Den Hanenberg, Stephen
    Phone
    (343) 540-8371 ( )
    Email
    Stephen.VanDenHanenberg@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    L'Esplanade Laurier
    140 O'Connor Street,
    East Tower, 7th Floor
    Ottawa, Ontario, 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
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    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: