Optical Profiler

Solicitation number 31030-167204/A

Publication date

Closing date and time 2016/10/17 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
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Sensofar LLC
    8655 E Via Dr Ventura Unit G168
    Scottsdale Arizona
    United States
    85377
    Nature of Requirements: 
    
    Optical Profiler
    
    31030-167204/A
    Lopez, Maria
    Telephone No. - (905) 615-2071 (    )
    Fax No. - (905) 615-2060 (    )
    
    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 Specialty Coatings and Microfabrication Team at NRC-AST-London is expanding new research activities in the area of laser based surface structuring, texturing and polishing of materials. Surface treatment of materials such as metals, ceramics, composites and polymers is widely recognized as the key step to produce enhanced functionality. Laser micro/nano structuring techniques can be used effectively to create black, super-hydrophobic, self-cleaning surfaces, hydrophilic surfaces and to enhance strong, robust and highly predictable bonds between surfaces.  Laser ablation essentially imparts highly precise 2D & 3D topographical micro/nano size features and chemical changes to a surface which can lead to desirable functionalities. Surface properties such as anti-corrosion, anti-icing, drag reduction, friction and wear reduction, stickiness, surface wettability and adhesion strongly depend on the accuracy and metrology of laser machined features. Often, laser texturing of metallic nanoparticles exhibit distinctive optical characteristics, influenced by micro/nano feature shape, size, distribution, host material and design of surface for many products and applications. The main criterion for choosing an integrated optical metrology system for the research and development is the ability to measure geometric quality of micro/nano features with nanometer (nm) resolution (lateral, height), repeatability on large sample surfaces (at least 15 cm x 15 cm), and integrated ability to measure surfaces on a variety of materials (e.g. with reflectivity between 0.05% to 100%) using most appropriate measuring technique.
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its equipment meets the following requirements:
    •  Capable of focus variation, confocal microscopy, and interferometry as one single unit
    • Large 154 mm x 154 mm stage travel/measurement range
    • Stage capable of holding loads up to 20kg
    • Capable of stitched multi-field measurements over the travel range
    • Unique configuration, no moving parts in the optical path enables low noise and high accuracy 
    • The compact micro-display system enables multiple modes to generate a sequence of illumination patterns for confocal images, bright field microscopy, focus variation measurement and with selected objective interferometric measurements. All modes operate with the same illumination source and optical path.
    • Flexible illumination optionallows sample measurements with low reflectivity and those composed of dissimilar or transparent materials.
    • Multiple LED light sources (different wavelengths including an integrated ring light)
    • Optional adjustable column with heights up to 1 meter
    • Quantitative measurements with immersion objective
    • Operating software capable of:
    o ergonomic user-interface for navigation, acquisition, visualization, and analysis of data for separate and/or combined confocal images, bright field microscopy, focus variation measurement and with selected objective interferometric measurements
    o online video screen for adjustment and viewing of sample in different multiple modes of navigating in X/Y and Z including fast preview pane
    o screen settings for scanlength, speed, area, and measurement type including programming of stitched measurements for 154 mm x 154 mm stage travel/measurement range
    o visualization of 3D-Isometric, Contour, Profile, Histogram, Bearing curve etc. including lighting and shadow options, true color rendering when color image is acquired, and linear profile extraction from surfaces
    o term removal, data filtering, step heights, distance and slopes, data Scaling, Fourier analysis, calculation of shape and roughness parameters according to ASME B46.1 and DIN standards
    o data export in a variety of formats from image (jpg, pdf) to raw point cloud output and full resolution (16 bit) TIFF format specifically designed for input to laser texture systems
    o data export into at least oneof CAD formats (e.g., STL).
    • The ring light can be easily mounted on an objective to increase image data capture through uniform illumination specifically in focus variation mode operation.
    
    4. Applicability of the trade agreements to the procurement
    The procurement is subject to the following trade agreements:
    
    Agreement on Internal Trade (AIT)
    World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier
    
    The S-Neox 3D optical metrology system is capable of non-contact microscopic surface measurements and characterization.  The system measures surface topography over vertical ranges from 1nm to several millimeters and lateral range from sub-micron to tens of millimeters.  The 3D surface topography can be analyzed to provide a variety of quantitative information such as surface roughness, step height, angles, curvature profiles, side-wall slopes (up to 700) etc.  Surface measurement with the S Neox can be performed precisely using techniques such as focus variation, bright field microscopy, confocal microscopy, phase shifting and white light scanning interferometry which are integrated with SENSOFAR’s patented solid state micro-display control technology for surface illumination using selectable RGB LEDs for best images and height resolution of <0.1nm.
    6. Government Contracting Regulations Exception
    
    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.”
    
    7. Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    
    - Agreementon Internal trade (AIT) - Articles 506.12 (b), “Where there is an absence of competition for technical reasons and the products or services can be supplied only by  a particular supplier and no reasonable alternative or substitute exists.”
    -World TradeOrganization - Agreement on Government Procurement (WTO-AGP) - Article XV (b), “…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 (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.”
    
    8. Period of the proposed contract or delivery date
    
    The system must be delivered on or before December 12, 2016.
    
    9. Cost estimate of the proposed contract
    
    The estimated value of the contract is $230,000.00 (GST/HST extra).
    
    10. Name and address of the pre-identified supplier
    
    Sensofar LLC
    8655 E Via de Ventura 
    Unit G168
    Scottsdale, Arizona
    85377
    USA
    
    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. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is October 17, 2016.
    13. Inquiries and submissions of statements of capabilities
    Inquiries and statements of capabilities are to be directed to:
    
    Maria Lopez
    Supply Team Leader
    Public Works and Government Services Canada
    33 City Centre Dr, Suite 480C
    Mississauga, ON L5B 2N5
    
    Telephone: 905-615-2071
    Facsimile: 905-615-2060
    E-mail: maria.lopez@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)

    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
    Lopez, Maria
    Phone
    (905) 615-2071 ( )
    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)
    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: