CanadaBuys Portal Maintenance Notice

The CanadaBuys website will be temporarily unavailable for a critical upgrade.

Maintenance Window:

  • Friday, March 28, 2025, 20h00 (8:00 PM) EDT to Monday, March 31, 2025, 07h00 (7:00 AM) EDT

Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Frequency Resolved Optical Gating Scanning Type System

Solicitation number 31184-164375/A

Publication date

Closing date and time 2016/08/25 14:00 EDT


    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: 
    Mesa Photonics
    1550 Pacheco Street
    Santa Fe New Mexico
    United States
    87505
    Nature of Requirements: 
    
    Frequency Resolved Optical Gating Scanning Type System
    
    31184-164375/A
    Quinn, Laurie
    Telephone No. - (873) 469-3184
    Fax No. - (819) 956-3814
    
    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’s (NRC), Measurement Science and Standards (Frequency and Time Group), has a requirement for the supply of a Frequency-Resolved Optical Gating (FROG) system.
    
    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 FROG system meets the following requirements: 
    ?Must be capable of characterizing laser pulses in the range of 12 fs to 5 ps;
    ?Must have a temporal resolution of 2 fs or better;
    ?Must have a spectral resolution of 1.3 nm or better at 800 nm and 1.2 nm or better at 1550 nm; 
    ?Must have a central wavelength spectral range of at least 600 nm to 1206 nm and 1300 nm to 1796 nm;
    ?Must be capable of characterizing pulses with a time-bandwidth product of up to 50;
    ?Must have a sensitivity of at least 4 W^2 (real time) and 0.01 W^2 (average).
    
    4.Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s) 
    oAgreement on Internal Trade (AIT)
    oNorth American Free Trade Agreement (NAFTA)
    
    5.Justification for the Pre-Identified Supplier
    The FROG system has the following unique technical features not availablethrough other vendors which are required for the NRC’s Measurement Science and Standards (Frequency and Time Group) 
    
    Must be capable of characterizing laser pulses in the range of 12 fs to 5 ps.
    The instrument will be used to characterize the pulsesfrom two different laser systems: a mode-locked Ti:sapphire laser with pulse lengths below 15 fs and a mode-locked Er:fibre laser with pulse lengths below 30 fs.  There is also the need to characterize pulses which have been spectrally and temporally broadened in normal and highly-nonlinear fibre.  Pulse lengths of hundreds of femtoseconds to picoseconds will be generated in this manner.
    
    Must have a temporal resolution of 2 fs or better
    The instrument will be used in the setup and optimization of the performance of ultra-fast laser systems. It must be capable of characterizing pulses with durations below 15 fs, and must therefore have sufficient temporal resolution to detect changes in pulse length of under ~2 fs. 
    
    Must have a spectral resolution of 1.3 nm or better at 800 nm and 1.2 nm or better at 1550 nm. 
    The instrument will be used to characterize and optimize the pulses from ultra-fast laser systems and therefore must have high spectral and temporal resolution to detect small changes inthe character of the laser pulses.
    
    Must have a central wavelength spectral range of at least 600 nm to 1206 nm and 1300 nm to 1796 nm.
    The instrument will be used characterize laser pulses from lasers at 800 nm and 1550 nm.   Pulses directly from the lasers and pulses which have been broadened in highly-nonlinear fibre will be measured.   Such pulses can have spectra that extend over hundreds of nanometers.   The instrument may also be used in future work with lasers at other central wavelengths, and therefore a broad spectral range is desired.
    
    Must be capable of characterizing pulses with a time-bandwidth product of up to 50.
    The instrument will be used to tune-up ultra-fast laser systems and to characterize pulses which are highly chirped and broadened. An instrument capable of characterizing pulses with large time-bandwidth products is required.
    
    Must have a sensitivity of at least 4 W^2 (real time) and 0.01 W^2 (average)
    The instrument will be used to set up ultra-fast lasers and to measure pulse trains with an average power of below 10 mW and a pulse repetition frequency of 100 MHz.
    
    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 under the section of the trade agreement(s)specified:
    
    Agreement on Internal Trade (AIT) - Article(s) 506 12.(b) where 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;
    
    North American Free Trade Agreement (NAFTA) - Article(s) 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.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 equipment is requested to be delivered by October 3, 2016.
    
    10.Cost estimate of the proposed contract
    
    The estimated value of the contract,including options is $35,033.39US (GST/HST extra). 
    
    11.Name and address of the pre-identified supplier 
    Name: MesaPhonotics
    Address: 1550 Pacheco St. , Santa Fe, NM 87505
    
    12.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.
    
    13. Closing date for a submission of a statement of capabilities.
    
    The closing date and time for accepting statements of capabilities is August 25, 2016 
    
    14. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Laurie Quinn, Supply Specialist 
    Scientific, Medical and Photographic Division
    Commercial and Consumer Products Directorate
    6A2 (36) Place du Portage, Phase III
    11 rue Laurier, Gatineau Quebec K1A 0S5
    Telephone: 873-469-3184
    Facsimile: 819-956-3824
    E-mail: laurie.quinn@tpsgc-pwgsc.gc.a
    
    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
    • 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

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Quinn, Laurie
    Phone
    (873) 469-3184 ( )
    Fax
    (819) 956-3814
    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

    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: