Microfiche and Microfilm Scanner

Solicitation number A0167-163743/A

Publication date

Closing date and time 2016/12/19 14:00 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: 
    Ristech Company Inc.
    5115 Harvester Road
    Unit 8
    Burlington Ontario
    Canada
    L7L0A3
    Nature of Requirements: 
    
    Microfiche and Microfilm Scanner
    
    A0167-163743/A
    Hooper, Marlyn
    Telephone No. - (613) 219-8478
    Fax No. - (819) 956-3814 
    
    1. Advance Contract Award Notice (ACAN) 
    
    An ACAN is a public notice indicating to the supplier community that a departmentor 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 Litigation Management and Resolution Branch (LMRB) of the Department of Indigenous and Northern Affairs Canada (INAC) has a requirement for the supply of a high-capacity multi-functional scanner which has the functionality to ribbon scan both microfiche and microfilm in order to process large volumes of data in an expedient manner for data management and discovery purposes. The ribbon scanning feature is essential as it captures an image quality superior to other machines, which then allows the images to be converted to searchable content via OCR (optical character recognition function). LMRB also requires that the scanner also have the capability to scan aperture cards, oversized, ultra, and mini fiche sizes in order to adequately scan a variety of document types (including letters, maps, papers, 
    
    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 microfiche and microfilm scanner meets the following requirements: 
    
    - Must be a single machine capable of ribbon scanning both microfiche and microfilm documents;
    - Must have the capability to scan a wide variety of document formats types, and sizes, including aperture cards, oversized, ultra, E-Size, and mini-fiche documents without technical difficulties;
    - Must produce high fidelity, high resolution scanned images in various digital formats and format these images via optical character recognition (OCR) conversion into easily accessible, exportable, and searchable documents for review by researchers and legal counsel;
    - Must have the capacity at any time to scan, capture, and process large quantities of data and images at an expedited rate of speed; 
    - Must be equipped with software which allows for scanning and image QC activities to be performed simultaneously from multiple workstations without significant delays or technical issues;
    - Must be equipped with software which contains a user-controlled customizable fields feature for database coding and cataloguing; and
    - Must be equipped with software which is fully compatible with other third party database software environments.
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s);
    - Agreement on Internal Trade (AIT)
    - North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier
    
    NextScan’s FlexScan scanner (distributed by the OEM-authorized Canadian distributor, Ristech Company Inc.) has the following unique technical features not available through other vendors which are required for the INAC’s Litigation Management and Resolution Branch to digitize a large collection of microfilm and microfiche from provincial and territorial archives for litigation cases that INAC manages.
    
    - Must be a single machine capable of ribbon scanning both microfiche and microfilm documents;
    The scanner must be able to perform the process of converting rolls of film and/or fiche jackets into digitized file formats for electronic access as required for database entry and access by litigation researchers and counsel. 
    
    - Must have the capability to scan a wide array of formats, including aperture cards, E-Size drawings, ultra, oversized, and mini fiche sizes without technical difficulties; 
    The scanner must have the technical ability to properly digitize and process a multitude of different image mediums without any issue or special setup required outside of the initial installation. Because of the large time span and subsequent progression in a variety of document formats and subsequent image types within which the Department’s data reside in, it is imperative for researchers, case managers, and Department of Justice litigators that the scanner is fully capable of processing these varying document formats so they may access any and all pertinent information without having to seek special assistance or the use of an additional scanner or imaging service. The scanner must be able to scan documents as large as E-Size drawings (34”x44”) as can be the case with oversized maps. 
    
    - Must produce high fidelity, high resolution scanned images in various digital formats and format these images via optical character recognition (OCR) conversion into easily accessible, exportable, and searchable documents for review by researchers and legal counsel;
    The scanner must have the technical capacity to generate high quality resolution images of varying physical conditions of scanned documents, including historical and contemporary hand-written notes, signed letters, and maps, without a loss of image quality through image capture features including speckle removal, image enhancement, and automatic formatting. Scanning resolution of 15500 DPI, with options to scale images and irregularly-sized documents at 640 DPI for 24x Reduction Ratio and 320 DPI for 48x Reduction Ratio is strongly desired. Further, this scanner must be able to OCR a multitude of documents so thatthe entire textual content of the documents can be keyword searched to facilitate document review and database coding. 
    
    - Must have the capacity at any time to scan, capture, and process  large quantities of data and images at an expedited rate of speed; 
    Due to the often urgent and short deadlines imposed by court rulings and proceedings (which dictate the breadth and scope of information that needs to be accessed and researched in any given case), the Department requires that the scanner and its associated software application are both able to efficiently process thousands of documents at a high rate of speed without compromising the image quality of the documents being scanned and digitize the documents in an expedited time frame. Required processing speeds are 190 ppm for microfiche documents, 400 ppm for roll film (16mm) documents, and at capable of at scanning up to 500 Aperture Cards per hour on an approx. 100MB/second or faster on standard bandwith, with a 1GB Ethernet connection. 
    
    - Must be equipped with hardware and software which allows for scanning and image QC activities to be performed simultaneously from multiple workstations without significant delays or technical issues;
    The scanner’s hardware must come with a preconfigured 8TB (terabyte) image storage device and software which would allow for multiple researchers to scan and image QC simultaneously from different workstations. This technical feature is critical in addressing both time constraints imposed on researchers aswell as satisfying the team-based collaborative aspects of conducting research and document review. 
     
    - Must be equipped with software which contains a user-controlled customizable field feature for database coding and cataloguing; and
    In order for the Department’s researchers and case managers to be able to efficiently and effectively access information found within existing evidence management databases, the images being scanned by the scanner in question and its associated software must provide for the ability for image and metadata fields to be customized to user preferences. 
     
    - Must be equipped with software which is fully compatible with other third party database software environments.
    The software application used to operate the scannermust be able to import/export files to and from existing evidence management and discovery database software installations in use by the Department. These file extensions and formats include TIFF bitonal G3/G4, TIFF uncompressed, Multi-page TIFF, JPEG, CALS, PDF/A, Multi-page PDF, JPEG 2000 and others. 
    
    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 January 16, 2017.
    
    10. Cost estimate of the proposed contract
    
    The estimated value of the contract, including options is $130,000.00 (GST/HST extra). 
    
    11.Name and address of the pre-identified supplier 
    
    Name: Ristech Company Inc.
    Address: 5115 Harvester Road, Unit 8, Burlington, Ontario, L7L 0A3 
    
    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 thisnotice. 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 December 15, 2016 at 2:00pm EST.
    
    14.Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Marlyn Hooper, 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: 613-219-8478
    Facsimile: 819-956-3824
    E-mail: marlyn.hooper@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
    • 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

    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
    Hooper, Marlyn
    Phone
    (613) 219-8478 ( )
    Fax
    (819) 956-3814
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development 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: