AXIO IMAGER A2m MICROSCOPE

Solicitation number 31184-131844/A

Publication date

Closing date and time 2013/09/04 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
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Carl Zeiss Canada Ltd
    45 Valleybrook Drive
    Toronto Ontario
    Canada
    M3B2S6
    Nature of Requirements: 
    AXIO IMAGER A2m MICROSCOPE
    
    31184-131844/A
    Martins, Christina
    Telephone No. - (819) 956-6911 
    Fax No. - (819) 956-3814
    
    1.	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.	National Research Council Canada has a requirement for the
    purchase of a high precision optical microscope with fully
    integrated digital imaging capability to develop and document
    semiconductor specimen processing for various applications.
    
    3.	Minimum Essential Requirements
    
    	Any interested supplier must demonstrate by way of a statement
    of capabilities that its 		system meets the following
    requirements:
    
    	3.1	Binocular ergo trinotube must have a 50-50 split between
    the camera and oculars. 
    
    	3.2	The head of the microscope must move up by 5 cm plus front
    and back by 5cm with an inclination of 15 degrees. 
    
    	3.3	The head of the microscope must not tilt.
    
    	3.4	Both oculars must have a field of 23mm and be adjustable.
    
    	3.5	The microscope must have an encoded objective and filter
    turret for the different contrast 			techniques. 
    
    	3.6	The light path for reflected light (RL) must be
    apochromatically corrected.
    
    	3.7	Contrast techniques: Reflected light brightfield, reflected
    light darkfield, reflected light 			CIRCULAR DIC. Traditional
    DIC will not be considered.
    
    	3.8	Traditional DIC will not be considered. Transmitted light
    brightfield, 					transmitted light darkfield, Circular DIC for
    transmitted light. IR mode for transmitted and 			reflected
    light.
    
    	3.9	The reflected light path must have a diaphragm with a
    centering aperture. Neutral density 			filters must be in a
    rotating insert for RL.
    
    	4.0	The two light sources must be 100 watts halogen for use
    with IR light. 
    
    	4.1	The objective turret must hold 7 objectives for current
    needs.
    
    
    
    
    
    
    	4.2	Objectives to be used without a cover slip with neofluar
    correction minimum:
    		Circular DIC must be available for all objectives
    		2.5x/0.06 WD 15mm
    		5x/0.13 	   WD 14mm
    		10x/0.25  WD 9mm
    		50x/0.80  WD 0.59mm
    		100x/0.9  WD 0.28mm
    		Long distance 20x/0.22 focal distance over 1cm
    		Special plan apochromate for VIS and IR water dipping with an
    NA of 1.0 WD = 2.1mm
    
    	4.3	The stage carrier must be removable with the stage to
    insert large samples. 
    
    	4.4	The stage carrier must have different set positions to
    visualize larger samples onto the 			stage.
    
    	4.5	The stage for TL and TL must rotate at least 240 degrees.
    
    	4.6	The condenser must have the DIC prisms for TL C-DIC. A
    rotatable polarizer with color 			filter holder must be under
    the condenser. 
    
    	4.7	IR optics must be included for TL and RL.
    
    	4.8	The software, camera, microscope and support must come from
    the same company. 
    
    	4.9	The software must include:
    
    		64bits operating system. It must be able to collapse the
    different areas in focus from 			different focal planes into one
    image. Advanced measurement tools must be included. 			Manually
    stitching images interactively, not post acquisition. Upgradable
    to motorized xy 			stage with tiling capabilities with a
    pyramidal file structure. The software must register the
    			microscope and its components such as objectives, light
    source, filter turret for contrast 			techniques. 
    
    	5.0	Cameras: 5 megapixels color CCD camera with 0.63x adaptor,
    second camera for IR 			imaging with a 1x c mount must be
    mounted on the microscope with another 50-50 split. 
    
    	5.1	Computer high performance workstation with 64 bits windows
    ultimate, minimum 12 gigs of RAM and 24 inch monitor.
    
    	
    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. 	Comprehensive Land Claims Agreement(s)
    	
    	Not Applcable.
    
    
    6.	Justification for the Pre-Identified Supplier 
    
    	Carl Zeiss offers the unique circular Differential Interference
    Contrast (C-DIC). C-DIC is a polarization-optical technique
    which, in contrast to ordinary DIC, uses circularly polarized
    light.  The specimen no longer has to be rotated for best image
    contrast and quality, as in the case of basic DIC. With C-DIC
    you just have to adjust the position of the C-DIC prism to
    achieve the best image quality whether it is for contrast and/or
    resolution independent of sample orientation.  To increase the
    contrast and resolution, Carl Zeiss has developed different
    specific DIC sliders for different magnifications and numerical
    aperature.
    
    7.	Government Contracts Regulations Exception(s)
    
    	10.2  Exceptions 10.2.1 Section 6 of the Government Contracts
    Regulations contains four exceptions that permit the contracting
    authority to set aside the requirement to solicit bids. 
    
    	These are:
    
    	a. the need is one of pressing emergency in which delay would
    be injurious to the public interest;
    
    	b.  the estimated expenditure does not exceed $25,000,
    $100,000, where the contract is for the acquisition of
    architectural, engineering and other services required in
    respect of the planning, design, preparation or supervision of
    the construction, repair, renovation or restoration of a work,
    or $100,000 where the contract is to be entered into by the
    member of the Queen's Privy Council for Canada responsible for
    the Canadian International Development  Agency and is for the
    acquisition of architectural, engineering or other services
    required in respect of the planning, design, preparation or
    supervision of an  international development assistance program
    or project;
    
    	c.  the nature of the work is such that it would not be in the
    public interest to solicit bids; 
    	
    	OR
    
    	d.  only one person or firm is capable of performing the
    contract.
    
    	The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection 10.2 Section
    6(d) - "only one person is capable of performing the work").
    
    
    8. 	Limited tendering provisions under NAFTA Article 1016.2(b)
    and AIT Article 506.12(b) for reasons based on exclusive rights
    will apply.
    
    9.	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 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 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.
    
    10.	Ownership of Intellectual Property.
    
    	Ownership of any Foreground Intellectual Property arising out
    of the proposed contract will vest in the Contractor.
    
    11.	The period of the proposed the delivery date.
    
    	The equipment is requested on or before 15 November 2013. 
    
    12. 	Name and address of the pre-identified supplier:
    
    	Carl Zeiss Canada Ltd
    	45 Valleybrook Drive
    	Toronto, Ontario
    	M3B2S6
    	Canada
    
    13.	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.
    
    14.	The closing date for a submission of a statement of
    capabilities. 
    
    	The closing date and time for accepting statements of
    capabilities is 4 September 2013 at 2:00 p.m. EST.
    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)

    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
    Martins, Christina
    Phone
    (819) 956-6911 ( )
    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)
    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: