High Speed Cameras
Solicitation number W0046-212011/A
Publication date
Closing date and time 2021/02/12 14:00 EST
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA / FTAs with Peru / Colombia / Panama / Korea 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: High Speed Imaging Inc. 520 Allbright Road Uxbridge Ontario Canada L9P1R4 Nature of Requirements: High Speed Cameras W0046-212011/A Liao, Guo Telephone No. - (416) 697-9289 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 Department of Chemistry & Chemical Engineering at the Royal Military College of Canada requires a suite of high-speed cameras to support fundamental research and Department of National Defense projects in the areas of detonics, ballistic impact, and blast. Background: For visualization of detonics and material failure during ballistic impact, a camera capable of filming at 10-million frames per second is required. For visualization of blast events and in-flight projectiles at ordnance velocities, a pair of cameras capable of a combination of 1 Mega-pixel resolution and > 10,000 frames per second is required. The pair of cameras are needed in order to visualize the event from different angles to study anisotropy in the blast. The cameras must thus be capable of synchronization. Requirement: The present requirement is for three high speed cameras. One camera is "ultra-high-speed", capable of exceeding 1 million frames per second. The other two cameras are moderate speed (> 10,000 FPS at 1 megapixel resolution) .The specific requirements for each camera subset are listed sequentially. 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements): a. Ultra-high speed camera (single unit) i. The requirement is either for a new camera system, or a refurbished/demo system that has been re-certified by the manufacturer and is being sold by an authorized distributor. A demo unit is defined as an instrument that has been used by the company for the promotion or sale of the instrument. ii. The camera system must be fully contained in a unitary enclosure and must have a commercially standard lens mount (e.g. Nikon F). iii. The image sensor must be of the CMOS (complementary metal-oxide-semiconductor) type with a light sensitivity of ISO 16,000 or better. iv. The maximum recording rate must meet or exceed 10 million frames per second. v. Specific combinations of recording rate and per-frame resolution: At 5 million frames per second the resolution must meet or exceed 100,000 pixels. At 10 million frames per second the resolution must meet or exceed 50,000 pixels. vi. The continuous recording capacity at 10 million frames per second must meet or exceed 256 frames. vii. Image frames must be monochrome or color, 10 bit data format. viii. There must be no inter-frame ghosting artifacts left between frames. ix. An exposure time must be as low as 50 nanoseconds for the highest recording rates (10 Mfps). x. Must have a 5V range, positive or negative polarity trigger input channel. xi. Must have Multi-camera synchronization capabilities through an external channel. xii. Must have Ethernet connectivity; 1000 Base-T/100 Base-TX. xiii. Power rating must be single phase 120V to 220-230V, 200 VA, 50/60 Hz. b. High-speed camera pair (two units) i. The requirement is for two new camera systems. Demo units or refurbished units are not acceptable for this line item. A demo unit is defined as an instrument that has been used by the company for the promotion or sale of the instrument. ii. The proposed unit must be fully contained in a single body that is resistant to infiltration by dust and particulate under field conditions. iii. Shock resistant must be 30G over 11 ms or better. iv. The unibody must have a commercially standard lens mount (e.g. Nikon F). v. The image sensor must be of the CMOS (complementary metal-oxide-semiconductor) type with a light sensitivity of ISO 64,000 or better for monochrome. vi. The image sensor must have a 12-bit dynamic range. vii. A specific combination of recording rate and per-frame resolution must be recording at 12,000 frames per second or greater at an imaging resolution of 1024 x 1024 (1 Mega pixel) or greater. viii. Must have the function to increase the recording rate by reducing the resolution of the image through selecting a smaller region of interest dynamically, prior to acquisition. ix. Must have a 200 ns minimum shutter speed, adjustable independently of the framerate. x. Must have hardware trigger input channel with the following triggering options: 5V positive or negative polarity; normally open switch/short, normally closed switch/short. xi. Must have programmable input/output channels permitting synchronization between cameras and other electronic devices (e.g. data acquisition digitizers). xii. Must have the function to download acquired movies while recording. 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreements: Canadian Free Trade Agreement (CFTA); Canada - Chile Free Trade Agreement (CCFTA); Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP); Canada - Colombia Free Trade Agreement; Canada - European Union Comprehensive Economic and Trade Agreement (CETA); Canada - Honduras Free Trade Agreement; Canada - Korea Free Trade Agreement; Canada - Panama Free Trade Agreement; Canada - Peru Free Trade Agreement (CPFTA); Canada - Ukraine Free Trade Agreement; World Trade Organization - Agreement on Government Procurement (WTO-GPA); 5. Justification for the Pre-Identified Supplier High Speed Imaging Inc. is the exclusive distributor of the OEM manufacturers Shimadzu KK (HPV-X2), and Photron Inc (Nova S12), whose high-speed cameras are required on technically unique grounds. 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 contract. 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): - Canadian Free Trade Agreement (CFTA) / Article 513.1(b) (iii) - Canada-Chile Free Trade Agreement (CCFTA) / Article Kbis-09, para 1 (b) - Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) / Article 15.10 2(b) (iii) - Canada-Colombia Free Trade Agreement / Article 1409 para 1 (b) (iii) - Canada-European Union Comprehensive Economic and Trade Agreement (CETA) / Article 19.12 1(b) (iii) - Canada-Honduras Free Trade Agreement / Article 17.11 para 2 (b) (iii) - Canada-Korea Free Trade Agreement / which defers to WTO-AGP Article XIII, para 1 (b) (iii) - Canada-Panama Free Trade Agreement / Article 16.10 para 1 (b) (iii) - Canada - Peru Free Trade Agreement (CPFTA) / Article 1409 1(b) (iii) - Canada - Ukraine Free Trade Agreement / Article 10.13.1(b) (iii) - World Trade Organizatio - Agreement on Government Procurement (WTO-GPA) / Article XIII 1(b) (iii) 8. Period of the proposed contract or Delivery date The products must be delivered by March 31 2021. 9. Cost estimate of the proposed contract The estimate value of the contract is $396,990.00 CAD, applicable taxes extra. 10. Name and address of the pre-identified supplier High Speed Imaging Inc. 520 Allbright Road, Uxbridge, Ontario L9P 1R4 11. 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. 12. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Name: Guo Liao Title: Supply Officer, Procurement Directorate Organization: Public Services and Procurement Canada - Ontario Region Email: guo.liao@pwgsc-tpsgc.gc.ca Tel: 416-697-9289 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
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Liao, Guo
- Phone
- (416) 697-9289 ( )
- Email
- guo.liao@pwgsc-tpsgc.gc.ca
- Fax
- () -
- Address
-
Ontario Region
10th Floor, 4900 Yonge StreetToronto, Ontario, M2N 6A6
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.