Trade Agreement: NAFTA / 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:
RIGAKU/MSC, INC. Rigaku Americas Corporation 9009 New Trails Drive Woodlands Texas United States 77361 Nature of Requirements:
Identification Device, Edmonton, Aberta
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 Royal Canadian Mounted Police (RCMP) has a requirement for the supply and installation of one benchtop/portable X-ray diffraction (XRD) instrument system for the analysis of samples encountered in forensic casework in Edmonton, Alberta.
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:
Dimensions/Weight: Must be no more than 47 cm (or 18.5 inches) deep with an overall width and height no more than 55 cm (or 21.6 inches) x 71 cm (or 27.9 inches); the unit (excluding chiller) must weigh no more than 81 kg (or 176.4 lbs).
Power: Must connect directly to 115 V, Single Phase, 60 Hz, 10 A power service.
Radiation Enclosure: Must have a self-contained radiation enclosure with fail-safe interlocks and shutter mechanism that meets all local and federal radiation safety regulations.
X-ray Generator: Must have a minimum of 600 W power with voltage up to 40 kV and current up to 15 mA for maximum excitation of sample.
X-ray Tube: Cu target x-ray tube must be included (2.0 kW, Cu, normal focus). User must be able to easily change x-ray tubes and perform alignment without a vendor service call and without returning XRD to vendor facility.
Goniometer: Must have a vertical goniometer with horizontal sample mount.
Goniometer Range: Must be -3° to +145° 2? (2-theta) minimum.
Goniometer Accuracy: Must be better than 0.02° 2? on NIST SRM 1976, Alumina Plate (Corundum).
Slits: Must include slit assembly including a theta-compensating divergence slit mechanism to keep the irradiated area constant over the full goniometer range, fixed divergence slit, scatter slit, 5 degree incident/receiving Soller slits for high intensity, and receiving slit assemblies.
Sample Stage: The standard sample stage must allow for different sample sizes and shapes that do not fit into a regular sample holder.
The sample stage must be able to accommodate samples up to 25 mm in thickness (height) with dimensions up to 120 mm
x 110 mm (width x length).
Sample Changer: System must include an automatic sample changer that can accommodate at least six (6) different samples (i.e. 6 position sample changer).
At least 12 sample holders for bulk and powder samples, that fit the automatic sample changer, must be included.
The automatic sample changer must be capable of spinning the sample (to average out crystal orientations) during measurement.
Microsampling: System must include an automatic sample changer that can accommodate at least six (6) different powdered microsamples for analysis via spinning capillary (1 mm or less) x-ray powder diffraction. A set of at least 50 capillaries for use in x-ray powder diffraction analysis must also be supplied.
Filter: Must have a Ni K-beta filter for Cu radiation.
Monochromator: Must have a graphite diffracted beam monochromator for use with Cu radiation and scintillation counter detector to maximize peak-to-background ratio and allow high energy resolution suppression of fluorescence x-rays from samples containing Fe to ?E = 230 eV (i.e. for analysis of samples unsuitable for
analysis with a high speed detector).
Detectors: 1) Must have a NaI scintillation counter detector. 2) Must have a high speed 1D silicon strip detector with minimum active area of 256 mm2 and a minimum count rate of 1 x 106 cps/pixel (i.e., 1,000,000 cps/pixel).
The high speed detector must come with a variable knife-edge collimator that will automatically adjust its position to provide optimum low angle background suppression with higher intensity at high angles. User must be able to easily switch between detector type as needed.
Computer: An external computer must be provided to allow superior computing power for advanced XRD analysis while being easy to exchange with standard computer hardware, easy upgrades with Windows operating systems and compatible hardware/software without proprietary equipment, and easily repair or replace computer and peripherals as needed.
Minimum specs of computer to be provided are: Intel CoreTM i7 Processor 8.0 GB SDRAM Internal Audio Speaker 24" computer monitor Dual Monitor Capability 2x 500 GB hard drive, RAID 1 mirror 8X DVD+/-RW, 9.5 Optical Disk Drive 6 USB Ports, 4 on back, 2 on front 4 USB Ports (USB 3.0 compatible), 2 front/2 rear Keyboard, USB 2 button scroll mouse and pad Microsoft Windows 7 (preferred by customer for network compatibility) Microsoft Office 2010 Business Adobe Acrobat Standard DC Two (2) Ethernet Ports required 3 year Basic Limited Warranty, 3 year NBD On-Site Service from Dell
RCMP will supply own colour printer. (This will minimize long term cost by allowing a printer that uses the same print cartridges as all other printers in the facility.)
Chiller: The chiller must be an external closed loop air-cooled heat exchanger that may be remotely located up to 4.5 m from the XRD to minimize fan noise and heat from the instrument work area.
The internal reservoir tank must use only purified water without the need for chemical coolants and without the need for connection to an external water supply.
The chiller must produce a background noise no greater than 50 decibels (dB) at the XRD when the chiller is located within 30 cm of the XRD system, and no greater than 25 dB at the XRD location when the chiller is located 4.5 m from the XRD instrument.
The chiller must connect directly to a 115 V, Single Phase, 60 Hz,15 A (or less) power service.
Software: Instrument control and data collection software must be included. All software must be capable of full featured powder diffraction analysis and general XRD data analysis for the analysis of collected diffraction patterns and have a variety of display tools and functions, automatic data reduction of background removal, Ka2 stripping, peak top and second derivative peak finding, beam footprint and absorption corrections for variable slits and monochromators, Reference Intensity Ratio (RIR) quantitative analysis using imported phase, Automatic data reduction (including background removal) and peak list reporting, Sonneveld-Visser and polynomial function background elimination, Rachinger method Ka2 elimination, automatic and/or manual peak finding, peak-top and second-derivative peak finding, Gaussian moving average, Savitzky-Golay, optimized Gaussian moving average, and B-spline smoothing, and automatic report generation in MicroSoft Word.
Search/match software module for qualitative phase identification must be able to use, and be compatible with, COD, ICDD PDF-2 and PDF-4, and ICSD databases using a hybrid line and profile search algorithm with chemistry filters (purchaser will supply ICDD PDF-2 and PDF-4 databases). A minimum of six (6) user licenses for data analysis software must be included to allow for up to six (6) computers for simultaneous off-line data analysis. Vendor must supply software upgrades free of charge for a full year after installation.
Inorganic Crystal Structure Database (ICSD) perpetual license (not required to be renewed annually) database, latest release, single license, must be included.
Crystallography Open Database (COD) to be included.
Installation:
Installation must be completed by vendor employed service technician (not 3rd party) and must comply with Canadian Standards Association (CSA) codes and standards.
Training: A minimum of two (2) days on-site training must be provided for up to six (6) people within 90 days of installation. Training must be simultaneous (i.e. up to six people will be trained during one training session by a factory applications scientist). Training must include how to change detectors, how to power up and down the instrument, how to load and collect data from different samples, including how to run the automatic sample changer, how to use the instrument software to collect and process data, and how to search/match diffraction data for qualitative phase identification using the COD, ICDD PDF-2 and/or PDF-4 databases.
Mobility: Removable handles must be included to allow the user to attach handles on each side of the enclosure cabinet to easily pick up and move the system from the benchtop to mobile cart or to place in shipping crate.
System Warranty: Must include a minimum of one (1) year warranty on the entire XRD system, including chiller and computer software, will be included. Warranty will cover all parts and labour, including all travel costs.
Service Contract: An additional one (1) year service contract providing coverage for the 12 months after the one year warranty period has expired must be included.
The service contract must be for on-site service (72 hour on-site response) and cover all parts and labour, including all travel costs and one (1) Preventive Maintenance with Technical Telephone Support during business hours, 8 am to 5 pm, Monday through Friday CST (service contract does not cover peripheral equipment such as x-ray tubes, sample holders and standalone computer).
4. Applicability of the trade agreement(s) to the procurement
This procurement is subject to the following trade agreement(s): o Canadian Free Trade Agreement (CFTA) o North American Free Trade Agreement (NAFTA)
5. Justification for the Pre-Identified Supplier
Rigaku Americas Corporation is the only manufacturer that can provide a portable benchtop x-ray diffraction (XRD) system that has the capability to analyze different sample types (/formats), including : single large bulk, multiple smaller bulk automatically and multiple micro automatically.
There are two modes of analysis: (a) bulk sample and (b) capillary (micro).
For (a), the bulk analysis must have two modes: large single sample and smaller samples (e.g., size of a quarter).
For the bulk sample size, the instrument must allow the analysis of single samples up to 25 x 120 x 110 mm (H x W x L).
The system must also have an automatic sample changer for analysis of smaller bulk samples (ref. size of a quarter).
Micro samples, analyzed via capillary, must also have an automatic sample changer.
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".
7. Exclusions and/or Limited Tendering Reasons
The following exclusion(s) and/or limited tendering reasons are invoked under the:
o Canadian Free Trade Agreement (CFTA) - Article 513: 1(b.v)
o North American Free Trade Agreement (NAFTA) - Article 1016: 2(b)
8. Period of the proposed contract or delivery date
The equipment must be delivered before March 31, 2018.
9. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $218,440.80 (GST Included).
10. Name and address of the pre-identified supplier
Rigaku Americas Corporation 9009 New Trails Drive The Woodlands, TX 77381
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 December 8 at 2:00 p.m. MDT.
13. Inquiries and submission of statements of capabilities
Inquiries and statements of capabilities are to be directed to:
Name: Christopher Lau Title: Procurement Specialist Public Services and Procurement Canada Acquisitions Branch
5th Floor, ATB Place North 10025 Jasper Ave. Edmonton, AB T5J1S6
Telephone: 780-566-2195 Facsimile: 780-497-3510 E-mail address: christopher.lau@pwgsc.gc.ca
Delivery Date: 14/11/2017
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.