Scanner
Solicitation number 5Z011-170182/A
Publication date
Closing date and time 2017/01/24 17:00 EST
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: IMDS Canada inc. 152, Rue Notre Dame Est suite 100 montreal Quebec Canada H2Y3P6 Nature of Requirements: Scanner 5Z011-170182/A Perez, Elizabeth Telephone No. - (604) 671-2613 Fax No. - (604) 775-7526 Email: Elizabeth.Perez@pwgsc-tpsgc.gc.ca The PWGSC office provides procurement services to the public in English. TITLE: CRUSE CS 185 ST Overhead Scanner 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. 1. Definition of the Requirement The Department of Library and Archives Canada (LAC) have a requirement for one (1) New CRUSE CS 185 ST Overhead Scanner for archival material digitization. This scanner is required to replace an outdated and obsolete piece of equipment attached to an Apple Mac Pro desktop computer. There are considerable issues with keeping this system online, should it break there are no available replacement parts. The proprietary software it uses is no longer supported by the manufacturer and the device (and computer) have been removed from the network due to the fact that security patches can no longer be applied to the operating system. The CRUSE CS 185 ST Overhead Scanner has a unique combination of features that cannot be found on other digitization devices such as the following functions: a) It can digitize oversize material up to A0 (or larger horizontally); b) Digitize art work in frame and behind glass without reflections as well as being able to capture texture by varying the lighting angle of the camera and lighting in a consistent fashion; c) It can scan large (A1 page size) bound ledger material while keeping it upright at various angles (90-120 degrees); d) It is the only device that isolates the camera (it does not move during the capture process) from the rest of the device, instead moves the table surface thereby eliminating issues with vibration andimage capture; e) It allows for focus stacking of 3D or textured objects due to the fact that the lighting never moves and so can produce repeated reproducible scans of the same object to be merged into one image; f) It allows for 48 bit capture of colour images allowing for reproductions at a greater level of fidelity. This is the only device that is capable of serving all of our current requirements. Finding an equivalent in terms of functionality would require two or perhaps even three separate devices which will dramatically increase the cost to update our system as well as require more physical space than we have available at our digitizing facility. 2. Criteria for Assessment of the Statement of Capabilities Any interested supplier must demonstrate by way of a statement of capabilities that its equipment meets the following requirements: The uniqueness of CRUSE scanners is defined by following key features: a) 100% non-contact scanning; b) Very homogenous, even,and totally stable illumination of the scan area, using only 10% of light usually necessary for reproduction, ensuring minimal light exposure; c) A special lighting direction for setting and visualising finest structures, made plastically visible by using different light combinations (Synchron Table); d) Maximum sharpness and 100 % parallelism, even for large originals; e) Framed pictures can also be scanned, including those mounted under glass; f) Different models for originals of a size up to 200 x 300 cm. Scanners are able to scan up to 800 dpi. Higher resolution available on request; g) Line-oriented digitizing of the template for precise detection; h) Integrated ICC color management, Delta E lower than 2.0 (1.4 to 1.6); i) Constant identical reproduction angle; j) Tri-CCD at 14,400 pixels allowing true optical scanning; k) Allows 24-bit scanning (3 x 8-bit) and 48-bit scanning (3 x 16-bit); l) Table supports up to 400kg; In our models with Synchron Table (ST), the CCD sensor detects the object in center of the lens during scanning, while the object on the Synchron Table passes through under the scanning unit. Thanks to the ST mode, even very large originals can be scanned in the same reproduction angle and therefore with consistent quality. For digitizing 3D objects, metal objects and elaboration of the finest structures and textures in the original, CRUSE offers various additional features that are particularly important for archivingand reproducing Fine Art originals. CRUSE scanners are far superior to other producers, with a line CCD under homogeneous lighting conditions while maintaining sharpness and constant reproduction angle of photography for large format originals. The CRUSE Synchron Table is a versatile scanner that can scan objects thin to thick, documents as well as objects (such as maps, blueprints, posters, artwork, paintings, and books) up to 12cm thick. It can keep the complete thickness in focus due to its large depth of field. 3. This procurement is subject to the following trade agreements • Agreement on Internal Trade (AIT) • North American Free Trade Agreement (NAFTA) • World Trade Organization Agreement on Government Procurement (WTO-AGP) 4. Justification for the Pre-Identified Supplier International Medias Data Services (IMDS) is the exclusive authorized distributor for the Cruse Products in Canada. The CRUSE CS 185 ST Overhead Scanner can only be purchased through IMDS. 5. Government Contracts Regulations Exception The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work". 6. Limited Tendering Reasons The following limited tendering reasons are invoked under the (section of the trade agreement(s) specified): Agreement on Internal Trade (AIT) - Article 506 Item 12b. Where there is an absence of competition for technical reasons and the goods orservices can be supplied only by a particular supplier and no alternative or substitute exists. North American Free Trade Agreement (NAFTA) - Article 1016 Item 2b. 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 and the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists. World Trade Organization Agreement on Government Procurement (WTO-AGP) - Article XV.1 (b) of the World Trade Agreement, Agreement on Government Procurement is being invoked in this procurement, for reasons connected with the protection of exclusive rights. 7. Period of the proposed contract or delivery date The equipment must be delivered on or before March 31, 2017. 8. Cost estimate of the proposed contract The estimated value of the contract is $344,062.69 (Applicable taxes extra). 9. Name and address of the pre-identified supplier IMDS Canada Inc. 152 Notre-Dame East St - Suite 100 Montreal (Quebec) H2Y 3P6 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 The closing date and time for accepting statements of capabilities is on or before January 24, 2017 at 2:00 P.M. PST. 12. Inquiries and statements of capabilities are to be directed to: Elizabeth Perez A/Supply Specialist Public Works and Government Services Canada #219 - 800 Burrard Street Vancouver, BC V6Z 0B9 TelephoneNo.: (604) 671-2613 Email: Elizabeth.Perez@pwgsc-tpsgc.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
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
- Perez, Elizabeth
- Phone
- (604) 671-2613 ( )
- Fax
- (604) 775-7526
- Address
-
219 - 800 Burrard Street
800, rue Burrard, pièce 219Vancouver, BC, V6Z 0B9
Buying organization(s)
- Organization
-
Library and Archives Canada
- Address
-
395 Wellington StreetOttawa, Ontario, K1A 0N4Canada
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.