Fourier-transform infrared spectroscopy (FTIR) system

Solicitation number 31184-220848/A

Publication date

Closing date and time 2021/10/12 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    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: 
    BRUKER LTD.
    2800 Highpoint Drive, Suite 206
    Milton Ontario
    Canada
    L9T6P4
    Nature of Requirements: 
    
    Fourier-transform infrared spectroscopy (FTIR) system
    
    31184-220848/A
    Van Den Hanenberg, Stephen
    Telephone No. - 343-540-8371
    
    Line 1, GSIN: N6640, Fourier-transform infrared spectroscopy (FTIR) system, Quantity: 1, Unit of Issue: Each, Delivery Date: See Herein.
    
    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 
    National Research Council has a requirement for the supply of a Fourier-transform infrared spectroscopy (FTIR) system which must operate in both transmission and reflection modes and includes a spectral range extension, the associated light sources, a changer for second internal (Near infrared (NIR)/visible (VIS) source with focus optics, room temperature deuterated L-alanine doped triglycene sulphate (DLaTGS) and Indium Gallium Arsenide( InGaAs) Detectors, the operational software, purge flow gas regulator and has the capability to add additional beamsplitter and software controlled multi detectors without increase to the footprint of the spectrometer if requested in the future. The requirement also includes 10 year warranties on the interferometer and 5 years on the Mid-IR source, installation and training and ongoing remote support. The FTIR system will be used to conduct materials and device research and development in the application of space of photonics and quantum photonics. 
    
    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 product meets all of the following requirements: 
    
    • The FTIR system must provide spectral resolution better than 0.16 cm-1 ; 
    • The FTIR system must provide signal-to-Noise > 60,000:1; 1 min sample measurement, resolution of 4cm-1, peak-to-peak;
    • The FTIR system must provide a spectral range: 10,000 to 400cm-1, with one broad band beamsplitter, extendable to VIS/UV and far IR;
    • The FTIR system must be equipped with room temperature DLaTGS and InGaAs detectors;
    • The FTIR system must have a transmission holder and accessories to allow specular reflectance measurement with selectable angle of incidence from 30 to 80 degrees in one degree increments;
    • The sources and detectors of the FTIR system must be software-controlled (motorized switching);
    • The FTIR system must have a corner-cube interferometer with frictionless center-pivot bearing that does not require dynamic alignment;
    • The  FTIR system must include a 24 bit digitizer analog to digital converter (ADC). The ADC must be located directly at the detection unit inside the spectrometer;
    • The FTIR system must have electronically coded windows for the sample compartment and all installed optical in- and output ports;
    • The internal validation wheel of the FTIR system must have a minimum of 8 positions to provide sufficient flexibility;
    • The full process of data acquisition, data processing, data evaluation and data visualization/reporting must be manageable by one single work station software; and
    • The FTIR system must provide Rapid Scanning to 20 spectra/sec at 8cm-1 resolution, which can be upgraded to higher rates of 70 spectra/sec at 16cm-1.
    
    4. Applicability of the trade agreement(s) to the procurement 
    This procurement is subject to the following trade agreement(s):
    
    - Canadian Free Trade Agreement (CFTA)
    
    5. Justification for the Pre-Identified Supplier 
    The Bruker INVENIO-R FTIR System is the only known system that meets all of the specifications detailed herein. Bruker LTD is the original equipment manufacturer (OEM) of this system and owner of all related Intellectual Property.
    
    6. 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. Exclusions and/or Limited Tendering Reasons 
    The following exclusion(s) and/or limited tendering reasons are invoked:
    Canadian Free Trade Agreement (CFTA) ? Article 513.1 (b) (iii)
    
    8. Ownership of Intellectual Property 
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    9. Period of the proposed contract or delivery date 
    The system must be delivered and installed by March 31 2022.
    
    10. Name and address of the pre-identified supplier 
    Bruker LTD
    2800 Highpoint Dr
    Suite 206
    Milton, ON
    L9T 6P4
    
    11. 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.
    
    12. Closing date for a submission of a statement of capabilities 
    The closing date and time for accepting statements of capabilities is October 12 2021 at 2:00 p.m. EDT. 
    
    13. Inquiries and submission of statements of capabilities are to be directed to: 
    Stephen VanDenHanenberg - Supply Officer 
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    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: