FTIR Spectrometer

Solicitation number K3D42-210445/A

Publication date

Closing date and time 2020/12/10 14:00 EST


    Description
    Trade Agreement: 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: 
    BRUKER LTD.
    2800 Highpoint Drive, Suite 206
    Milton Ontario
    Canada
    L9T6P4
    Nature of Requirements: 
    
    FTIR Spectrometer
    
    K3D42-210445/A
    Abela, Aaron
    Telephone No. - (416) 262-6212 (    )
    e-mail: aaron.abela@pwgsc-tpsgc.gc.ca
    
    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 Requirement
    Environment and Climate Change Canada requires the supply, delivery and installation of one (1) Bruker EM27/SUN FTIR portable/mobile solar-tracking Fourier-Transform Spectrometer FTIR (mst-FTIR) for multiple fixed site and campaign-based observations of atmospheric column-averaged dry air mole fraction measurements of greenhouse gases (XCO2, XCH4, XCO, optional: XN2O unit. The unit must fully integrate with existing ECCC owned Bruker EM27/SUN FTIR Spectrometers.
    
    ECCC conducts research with its existing Bruker EM27/SUN FTIR Spectrometers within its Climate Research Division. The unit must perform column observations of XCO2, XCO and XCH4. ECCC also uses these spectrometers as part of a global collaborative carbon column observing network (COCCON), the Meteorological Organization’s Global Atmospheric Watch (WMO-GAW) community, and with academic institutions in Canada such as the University of Toronto. Using this same instrument allows ECCC to perform measurements compatible to COCCON and WMO-GAW recommendations. 
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
    Any interested suppliers must demonstrate by way of a statement of capabilities that meets each of the following requirements under section 3.1
    
    3.1 Technical Specifications - Spectrometer
    
    Specifications Descriptions
    
    Design Must include the following:
       • Must be portable and have a compact and rugged design
       • Must have a total weight of 35kg or below, including tracker
       • Size must be 0.2m3 or smaller
       • Must not be equipped with or require any additional cooling,      chillers or LN2 cooling
    
    Integration of Hardware Must include the following:
       • Must have automatic integrated/integrateable solar tracker with      optical feedback system for auto-alignment (e.g. camera based      tracker)
    
    Power Must include the following:
       • Must have option for power supply for at least one day of      measurements in remote areas without access to electricity grid      (e.g. through manufacturer batter pack). Portable generators      emitting greenhouse gases are not acceptable.
    
    Integration of Detectors Must include the following:
       • Must have integration detectors for column averaged gas dry air      mole fraction (DMF): XCO2, XCH4, XCO (and optional XN2O) for solar      spectroscopy (NIR or MIR range). DMF must be calculable based on O2      total columns measured in the same instrument;
       • Must meet peer-reviewed publication scrutiny by demonstrating      repeatability of measurements of XCO2 better or equal to 0.3ppm,      XCH4 better or equal to 2ppb across multiple instruments of the      same make over a period of at least one year of measurements
    
    Resolution 
       • Must have Spectral resolution better than 0.5 cm-1 apodized
    
    Scan Rate 
       • Must have Scan rate of at least 10Hz for interferograms/spectras at      5cm-1
    
    Dynamic Range 
       • Must have at least 24 bit dynamic range for A/D converter;      integrated acquisition processer is required
    
    Friction 
       • Must have a Frictionless design of interferometer bearing (no      maintenance requirements).
    
    Alignment 
       • Must have Fixed interferometer alignment (no manual or automatic      alignment required)
    
    Lasers 
       • Must not have lasers embedded in the spectrometer above safety      class 1
    
    Software 
       • Must have Software for operating tracker and FTS included
    
    Data Collection 
       • Data must be provided in a format to allow analysis using TCCON      (Total Carbon Column Observing Network) standard software suite GGG
    
    Remote Ability 
       • Must allow remote operation and the FTS must be controlled by      integrated computer or laptop
    
    4. Applicability of the Trade Agreement(s) to the Procurement
    
    This procurement is subject to the following trade agreement(s):
    
    ?Canadian Free Trade Agreement  
    ?Canada-Korea Free Trade Agreement 
    ?Canadian-Chile Free Trade Agreement 
    ?Canada-Columbia Free Trade Agreement 
    ?Canada-Honduras Free Trade Agreement 
    ?Canada-Panama Free Trade Agreement 
    
    5. Justification for the Pre-Identified Supplier
    The portable/mobile EM27/SUN FTIR Spectrometer from Bruker Ltd., is the only known instrument that meets all of the minimum essential requirements listed in Section 3 above. Bruker Ltd., is part of Bruker, who is the original equipment manufacturer (OEM) of the FTIR Spectrometer instrument, and owner of all related Intellectual Property. Bruker Ltd., is the only supplier for Canada that can supply and deliver an instrument meeting all of the minimum essential requirements. There are no other authorized value-added resellers or distributors for their equipment, therefore Bruker Ltd is the only supplier for this equipment.
    
    As the sole supplier, Bruker Ltd., in Milton, Ontario, Canada, was selected as the Contractor of choice. The requested portable/mobile EM27/SUN FTIR Spectrometer must be fully compatible with existing CCMR currently owned and operated portable/mobile EM27/SUN FTIR Spectrometer systems without allowing any degradation to co-located measurements. The Bruker Ltd., EM27/SUN FTIR Spectrometer meets the metrological compatibility definition by allowing for property of a set of measurement results for a specified measurand, such that the absolute value of the difference of any pair of measured quantity values from two different measurement results is smaller than some chosen multiple of the standard measurement uncertainty of that difference. 
    
    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").
    
    6.1 The Canadian Free Trade Agreement (CFTA) is applicable to this requirement.  Limited Tendering is applicable under paragraph 1 through 3 of Article 513, specifically (b)(ii) where, “the goods or services can be supplied by a particular supplier an no reasonable alternative or substitute goods or services exist for any of the following reasons (i, ii, iii, iv, v, vi).
    
    6.2 Canadian Free Trade Agreement with Kore Article XIII, 1.b iii. due to an absence of competition for technical reasons.
    
    7. Ownership of Intellectual Property: 
    There are no IP considerations with this Procurement. Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    8. Period of the proposed contract or delivery date:
    The immediate deliverable requires that the software must be twelve (12) weeks upon receipt of Contract, but no later than March 31, 2021.
    
    9. Name and address of the pre-identified supplier
    Bruker Ltd.
    2800 Highpoint Drive Suite 206
    Milton, Ontario. L9T 6P4
    Canada
    
    10. 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.
    
    11. Closing date for a submission of a statement of capabilities:
    December 10, 2020 - 2pm Eastern Standard Time.
    
    12. Inquiries and submission of statements of capabilities:
    Supply Specialist: Aaron Abela
    Public Services and Procurement Canada - Ontario Region / Government of Canada
    10th Floor, 4900 Yonge Street, Toronto, Ontario. Canada. M2N 6A6
    E-Mail: aaron.abela@pwgsc-tpsgc.gc.ca 
    Tel: 416-262-6212
    
    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.

    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
    Abela, Aaron
    Phone
    (416) 262-6212 ( )
    Email
    aaron.abela@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    10th Floor, 4900 Yonge Street
    Toronto, Ontario, M2N 6A6

    Buying organization(s)

    Organization
    Environment 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
    Ontario (except 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: