Swept Source Laser - Winnipeg, MB

Solicitation number 31005-161780/A

Publication date

Closing date and time 2016/12/16 15:00 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: 
    THORLABS INC
    56 Sparta Avenue
    NEWTON New Jersey
    United States
    07860
    Nature of Requirements: 
    
    Swept Source Laser - Winnipeg, MB
    
    31005-161780/A
    Mack, Wayne
    Telephone No. - (306) 241-6435 (    )
    Fax No. - (306) 975-5397 (    )
    
    
    To supply a high speed swept source laser which will be part of a new optical coherence tomography (OCT) systemfor National Research Council (NRC), Winnipeg, MB. Delivery is mandatory by March 31, 2017.
    
    Background:
    The swept source laser is one component of a larger optical coherence tomography (OCT) system. NRC have invested extensively in developing OCT control, acquisition and data processing software and hardware over the past 10 years. Accommodating a source with different operational characteristics   could require a major redesign of the hardware and/or software requiring months of personnel  time todevelop, build, test and validate.
    
    
    Sole Source Justification:
    1) Emission at a central wavelength located at 1310 nm +/- 15nm
    One of the applications for this OCT system is imaging biological tissue such as skin. Of the swept source laser wavelengths commonly available, 1310nm is the most suitable for these biological applications. Water (which tissue contains) has an absorption peak near 1550 nm reducing the depth of penetration of light into the sample therefore a 1550 nm laser would not beacceptable. 
    
    NRC intends to repurpose an existing interferometer for use with this laser. The laser’s wavelength scan range needs to fall within the operating wavelength range of the optical components in the interferometer. The optical components work in a wavelength range of 1310nm +/- 70nm so the laser’s wavelength sweep needs to fall within this range. Wavelengths outside the required range are not acceptable.
     
     
    2) Minimum 200 kHz repetition rate with unidirectional wavelength scanning
    
    OCT data is acquired by scanning a laser beam over an area building up an image one point at a time. The swept source laser’s repetition rate determines how quickly data from individual points are acquired - the faster the repetition rate the faster an image can be built up. NRC tissue imaging applications often involve living biological samples in which motion due to breathing, heartbeat, etc. is unavoidable therefore faster acquisition rates are necessary to eliminate or reduce motion artifacts. NRC’s industrial imaging applications where the sample is in motion (for instance a conveyor belt or assembly line) also require fast scanning rates in order to acquire images with required scan spacing (resolution) to meet the application requirements withoutreducing production (conveyor) speed. 200 kHz swept sources are currently commercially available, therefore to ensure that NRC continues to offer clients state of the art OCT capabilities we require a minimum 200 kHz swept source.  
    
    In applications where motion is a factor (see examples above), using a 100 kHz source instead of a 200 kHz source would effectively reduce our imaging resolution by a factor of 2. This reduction in resolution or production throughput would be an unacceptable drop in performance. 
    
    Unidirectional scanning is needed due to compatibility issues. Existing software would need to be modified to handle bi-directional scanning.  Non-unidirectional scans exhibit interlace patterns in the scan images which degrade image qualityand increase the computation required for automation of image processing and machine learning.
    
    
    
    
    
    3) Wavelength tuning range of at least 100 nm in width with continuous, mode-hop¬ free operation
     
    The axial resolution of the OCT system is inversely proportional to the wavelength sweep range of the swept source laser. To get the axial resolution needed for imaging biological tissue and NRC’s industrial applications NRC needs a scan width of at least 100 nm.  The axial resolution enables differentiation of layered features and 3-D structures within the sample (biological or industrial) and provides measurement accuracy of geometric thicknesses and dimensions in a cross-sectional image.
    
    Continuous scanning is required for compatibilitywith our existing in-house written data acquisition software.  Mode-hop free operation is required to avoid noise, provide smooth wavelength transition during sweeps and provide continuously smooth power during sweeps.
     
    4) Minimum coherence lengthof 100 mm
    
    Thecoherence length parameter of a swept source laser as it relates to OCT applications determines the maximum size of the depth ‘window’ over which an OCT signal can be acquired. Longer coherence length sources make it possible to handle larger differences in height (depth) without adjusting the reference arm. Biological tissues are never flat and are often in motion. An increased depth window allows scanning larger areas without having to adjust the reference arm of the OCT system. Industrial applications often involve samples that are not flat or have components at different depths. Having an increased depth window in the OCT imaging system creates greater options for industrial imaging without having to adjust the reference arm. Swept sources with coherence lengths of 100 mm are currently commercially available. To ensure that NRC will continue in the future to offer clients state of the art OCT capabilities we require a swept source with at least 100 mm coherence length.  
     
    5) Average Output Power of at least 20mW 
     
     
    6) Commercially available at time of Advanced Contract Award closing. Prototypes are not acceptable.
     
    
    
    
    Compatibility Factors:
     
    1) Existing OCT control, acquisition and data processing software and hardware
    
    The software was developed in-house. The hardware includes the acquisition board, polarizer controllers, photo detectors and other optical and mechanical parts of the interferometer, reference arm and sample arm. Some of the optics, mechanicaland detector parts are from Thorlabs. The compatibility factors are the combination of the software and hardware to synchronize data acquisition, detect and digitize the optical signal, and process the acquired data to generate a structural image of thesample. The control software operation and hardware acquisition are dependent on the swept source having properties of wavelength scan range, continuous wavelength sweep operation, unidirectional, mode-hop free, wavelength sweeping to provide for systemoperation.
    
    
    Newlaser must be compatible with the existing hardware and software
    
    1.     Existing software is designed for unidirectional wavelength sweeps. Adapting the software to compensate for other sweep configurations (bi-directional, etc.) would require significant software modifications.
    
    2.     Existing software is designed for continuous wavelength sweeps. Adapting the software to compensate for breaks or other inconsistencies (such as mode-hop) in the wavelength sweep would require significant software modifications.
    
    3.    NRC’s  interferometer’s optical components accept wavelengths in the range of 1310nm +/- 70nm so the sweep range of the laser needs to fall within this range.
    
    
    Total Estimated Cost: $48,485.81CDN
    
    Thorlabs is the only company that can supply a swept source laser with the above specifications which are operationally justified.
    
    GCR Exemption:
    d) only one supplier (person or firm) is capable of performing the contract. 
    
    NAFTA Limited Tendering Reason:
    (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;
    
    (d) for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter.
    
    AIT Article 506:
    12) to ensure compatibility with existing products, to recognize exclusive rights, such as exclusive licences, copyright and patent rights, or to maintain specialized products that must be maintained 
    
    
    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
    Mack, Wayne
    Phone
    (306) 241-6435 ( )
    Fax
    (306) 975-5397
    Address
    Government of Canada Building
    101 - 22nd Street East
    Suite 110
    Saskatoon, Saskatche, S7K 0E1

    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
    Manitoba
    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: