Trade Agreement: 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: Interchangeable Parts Comprehensive Land Claim Agreement: No Vendor Name and Address:
Teledyne Instruments, INC 14306 Industrial Rd Omaha Nebraska United States 68144 Nature of Requirements:
Laser Ablation System
87055-140257/A Quinn, Laurie Telephone No. - (819) 956-3824
1. 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. The Canadian Nuclear Safety Commission (CNSC) has a requirement for a laser ablation
system including installation and training.
3. Minimum Essential Requirements
Any interested supplier must demonstrate by way of a statement of capabilities that its
Laser Ablation System meets the following minimum requirements:
- must have spot sizes from 4µm to 200 µm diameter with aperture imaging, with
larger spots achievable via defocusing.
- must have X-Y stage resolution is 0.16 µm or lower.
- stage travel must be 100 mm in the X and Y planes, and limited by software to the
working area of the installed sample chamber.
4. Applicability of the trade agreement(s) to the procurement
This procurement is subject to the following trade agreement(s):
Agreement on Internal Trade (AIT)
North American Free Trade Agreement (NAFTA)
Canada-Peru FTA
Canada-Columbia FTA
5.
Set-aside under the Procurement Strategy for Aboriginal Business
Not Applicable.
6. Comprehensive Land Claims Agreement(s)
Not Applcable.
7. Justification for the Pre-Identified Supplier
The CETAC LA (LSX-213 G2+) has the following unique technical features not
available through other vendors which are required for the CNSC Laboratory
applications.
1. Spot sizes from 4 µm to 200 µm diameter are achievable with aperture imaging, with larger spots achievable via defocusing.
This feature is necessary to enable more efficient sampling of a solid homogeneous material. The larger spot size will enable more homogenous material to be vaporized and introduced into the ICP-MS, resulting in higher sensitivity for detection of minor elements.
2. X-Y stage resolution is 0.16 µm or lower.
Better stage resolution enables more precise sampling of solid material, which is crucial for forensic applications.
3. Stage travel is 100 mm in the X and Y planes, and is limited by software to the working area of the installed sample chamber. .
Stage travel is important for better sampling of different areas of the material for forensic analyses.
These specific characteristics are necessary for the Nuclear forensic applications. The
only known manufacture of a Laser Ablation sample introduction systems that meets all
of CNSC's technical and performance requirement is Teledyne CETAC Technologies.
For this reason it is proposed to negotiate directly with Teledyne CETAC Technologies
for this requirement.
8. Government Contracts Regulations Exception(s)
The following exception to the Government Contracts Regulations is invoked for this
procurement under subsection 10.2 Section 6(d) - "only one person is capable of
performing the work").
9. 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;
10. Ownership of Intellectual Property.
Ownership of any Foreground Intellectual Property arising out of the proposed contract
will vest in the Contractor.
11. The period of the proposed contract or the delivery date.
Delivery is requested by December 31, 2014.
12. A cost estimate of the proposed contract.
The estimated value of the contract including options, is $132,164.80 (GST/HST
included).
13. Name and address of the pre-identified supplier:
Name: Teledyne CETAC Technologies
Address: 14306 Industrial Road, Omaha, NE, 68144
14. 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.
15. The closing date for a submission of a statement of capabilities.
The closing date and time for accepting statements of capabilities is 14 November 2014
at 2:00 p.m. EST.
16.
Inquiries and statements of capabilities are to be directed to:
Laurie Quinn
Supply Officer
Scientific, Medical and Photographic Division
Commercial and Consumer Products Directorate
6A2 ( 36 ) Place du Portage, Phase III
11 Laurier Street \, Gatineau, Quebec K1A 0S5
Tel: ( 819) 956-3824
Email: laurie.quinn@tpsgc-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.