SonoPlot GIX Microplotter II Plotter

Solicitation number 31184-160023/A

Publication date

Closing date and time 2016/11/17 17:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    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: 
    Sonoplot Inc
    3030 Laura Lane Suite 120
    Middleton Wisconsin
    United States
    53562
    Nature of Requirements: 
    
    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 National Research Council (NRC) of Canada’s Department of Security and Disruptive Technologies has a requirement for the supply of one microplotter. The microplotter must be capable of dispensing picoliters of fluid in a non-jetting manner in order to fulfill NRC’s requirement to print and tests inks used to make electronic components.  The plotter must deposit inks to high resolution on plastic substrates in a time efficient manner.  The Sonoplot Microplotter II satisfies NRC’s requirements for a fluid dispensing tool that deposits inks in a non-jetting manner to high resolution.
    
    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 the following requirements: 
    
    (1) Must dispense picoliters of fluid using controlled ultrasonic in a non-contactmanner and NOT in a jetting fluid manner: The method of dispensing fluids determines the print quality as well as the ease at which inks can be printed.  A plotter that dispenses fluid by using an ultrasonic pump allows inks to be deposited in a non-contact manner and in picoliter volumes thereby achieving high print resolution. Because ultrasonic dispensing is not based on fluid jetting (such as inkjet printing), the drawbacks of ink jetting are avoided such as the time consuming generation of a material appropriate waveform function.
    
    (2) Must print water-based and organic-solvent based fluids with a range of viscosities (1-450 cP; cP = centipoise): NRC develops inks that have a wide range of properties and as a result the printing technique must be able to accommodate a large range of ink properties.  The dispensing method must be capable of printing fluids with a range of viscosity of 1 to 450cP and must be compatible with inks that are water-based or organic-solvent based.      
    
    (3) Must not be part of a Vendor Lock-In agreement in which the plotter’s original equipment manufacturer (OEM) is the sole provider of the printing material:  In order to test inks developed at the NRC, the plotter should be able to print with inks in development from outside the OEM. The plotter should accommodate inks that do not originate from the OEM.
    
    (4) Must print lines with widths as low as 5 micrometers: The NRC assembles electronic devices (e.g. transistors) that require features printed to high resolution in order to achieve required specifications.  Therefore, the plotter must be able to print inks with line widths as low as 5 micrometers.  In addition, to allow printing of multiple layers of different materials, the plotter must have accurate positioning to properly register with the underlying layers.  The plotter must be able to position the dispenser to 10 micrometer resolution.
    
    (5) Must be able to correct for variations in surface height with an automatic calibration: The surfaces to be printed are generally not leveled.  Therefore the plotter must be able to detect variations in the surface height and respond to these changes in height by an electronic feedback system. This surface sensing capability allows for the cant of a surface to be calibrated, so that the control software can maintain a consistent height of the dispenser above the surface for reliable dispensing.
    
    (6) Must include integrated digital video capture. Inks are often deposited on existing features on a surface: For this reason, it is crucial that the plotter includes an integrated digital video that allows the user to locate features on the surface.
    
    4.   Justification for the Pre-Identified Supplier
    The Sonoplot’s Microplotter II has the unique technical features listed above that are not available through other vendors, and are required for NRC’s printable electronics facility. Sonoplot is the OEM and exclusive source, and owner of all related intellectual property.
    
    5. Government Contracts Regulations Exception(s) 
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work". 
    
    6. Exclusions and/or Limited Tendering Reasons 
    The following exclusion(s) and/or limited tendering reasons are invoked under the 
    • Agreement on Internal Trade (AIT) - Articles AIT 506.12(b)(j) - exclusive rights
    • North American Free Trade Agreement (NAFTA) - Article 1016.2(b) - exclusive rights
    
    7. Delivery date 
    The product must be delivered on or before November 30, 2016
    
    8. 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.
    
    9. Closing date for a submission of a statement of capabilities 
    The closing date and time for accepting statements of capabilities is November 17, 2016 at 5:00 PM Eastern Standard Time.
    
    10. Inquiries and statements of capabilities are to be directed to: 
    Mark Walton,
    Telephone No. - 873-469-3185
    Fax No. - 819-956-3814
    E-mail: mark.walton@tpsgc-pwgsc.gc.ca
    Delivery Date: 30/11/2016
    
    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
    • Agreement on Internal Trade (AIT)
    • 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
    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
    Walton, Mark
    Phone
    (873) 469-3185 ( )
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Non-Competitive