Microscope and Spectrometer

Solicitation number 31030-134370/A

Publication date

Closing date and time 2013/08/22 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/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: 
    BRUKER LTD.
    555 Steeles Ave East
    Milton Ontario
    Canada
    L9T1Y6
    Nature of Requirements: 
    Fourier-transform Raman spectroscopy-microscopy system
    
    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. 
    
    Definition of the requirement
    
    The Department of National Research Council (NRC) has a
    requirement for the supply, delivery, installation, and training
    (2 in total) for a Standalone Fourier-Transform (FT) Raman
    Spectrometer, 1064 and 785nm, with RamanScope III system.  The
    To be provided with the system is 2 trainings, Basic User
    training on-site at NRC, Ottawa, Ontario and Advanced User
    training (for 1 person)  at the Contractor's (Bruker) facility.
    
    The minimum essessential requirements for the system are as
    follows:
    
    FT Raman Spectrometer:
    
    FT-Raman spectrometer with a 1W laser emitting at 1064 nm; 
    Optional laser in the 700-850 nm range;
    Germanium detector;
    CCD detector;
    Liquid nitrogen holding time for the Ge detector must be a
    minimum of 4 days;.
    Spectral range of 4000 cm-1 to 100 cm-1 or better in standard
    configuration;
    Resolution of 0.5cm-1 or better;
    Sample stage with software/hardware controlled x-y-z movement
    with a step size of 50 microns or better;
    Sample compartment with a pre-aligned sample stage;.
    Automatic calibration of wavelength;
    Automatic background correction;
    Spectrometer components such as source, laser, detector,
    interferometer and automation units must be continuously
    monitored for operation. The operator must be notified by system
    software if any of the factory specifications are not met;
    Optical components must be automatically recognized when placed
    in the spectrometer or removed ; and
    Gold coated optics.
    
    Microscope:
    
    FT-Raman type;
    1064 nm laser;
    White light operation with transmission and reflectance modes;
    Two polarizers for crossed polarization of transmitted light.;
    Motorized stage with XY movement of 7 cm or more;
    XYZ imaging : point spectra from 100 cm-1 to 4000 cm-1;
    Objectives: 10x (NA=0.25, WD=6.5), 40x (NA=0.65, WD=6.1), 100X
    (NA=1.25); and
    Lightproof hood over the sample stage.
    
    Spectrometer and Microscope software:
    
    Multi-tasking: acquisition & analysis in parallel;
    Normalization, baseline correction, spectral subtraction, curve
    fit, peak pick;
    2D, 3D, 4D chemical mapping and analysis;
    Database searchable spectra;
    Raman library of spectra for minerals, bio-fibers, dyes,
    pigments, polymers, oils, plasticizers;
    Software must allow for the overlap of Raman spectral files with
    infrared spectral files acquired on a Bruker T27 and its
    software; and
    Perpetual software license for at least 4 computers.
    
    Quantity:  1
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its system meets the minimum essential
    requirements.
    This procurement is subject to the following trade agreement(s):
    Agreement on Internal Trade (AIT) 
    North American Free Trade Agreement (NAFTA)
    World Trade Organization - Agreement on Government Procurement
    (WTO-AGP)
    
    Justification for the Pre-Identified Supplier
    It is intended to sole source this requirement to original
    equipment manufacturer Brucker Ltd., Milton, Ontario, the only
    known source on the market who can meet the Fourier-transform
    capabilities with both the spectrometer and microscope and
    compatibility with the existing FTIR Spectrometer and software.  
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under section 10.2.1 subsection
    6(d) Only one person or firm is capable of performing the
    contract; for patent or copyright requirements, or technical
    compatibility factors and technological expertise.
    
    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) Article 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.
    
    TheWorld Trade Organization Agreementon Government Procurement
    (WTO-AGP) ArticleXV (b) when, for works of art or for reasons
    connected with protection of exclusive rights, such as patents
    or copyrights, or in the absence of competition for technical
    reasons, the products or services can be supplied only by a
    particular supplier and no reasonable alternative or substitute
    exists.
    
    Cost estimate of the proposed contract:  $232,000.00 (GST/HST
    extra).
    Delivery:  4-8 weeks from contract award.
    
    Name and address of the pre-identified supplier
    Bruker Ltd. 555 Steeles Ave., E., Milton, On   L9T 1Y6
    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.
    Closing date for a submission of a statement of capabilities
    The closing date and time for accepting statements of
    capabilities is  22 August 2013 at 2:00 p.m. EDT.
    Inquiries and submission of statements of capabilities
    Inquiries and statements of capabilities are to be directed to:
    Helen Yari
    Public Works and Government Services Canada
    Acquisitions Branch - Ontario
    33 City Centre Dr., Ste. 480C
    Mississauga, Ontario L5B 2N1
    
    Telephone: 	905-615-2081		Facsimile: 	905-615-2060
    E-mail address: helen.yari@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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • 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
    Yari, Helen
    Phone
    (905) 615-2081 ( )
    Fax
    (905) 615-2060
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    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
    Ontario (except NCR)

    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: