Amendment #5
25-58054 LASER BAR STACKER AND UNSTACKER SYSTEM
The purpose of this amendment is to extend the closing date for submissions.
Modification to the solicitation:
At PART 2 - BIDDER INSTRUCTIONS
Delete: sub-section 2.3 Submission of Bids in its entirety,
Insert: sub-section 2.3 Submission of Bids as follows:
2.3 Submission of Bids
Bids must be submitted only electronically to the National Research Council Canada (NRC) Bid Receiving email address, no later than 14:00 EDT (NRC's Server Time), August 5th, 2025 to the following NRC email address:
NRC.BidReceiving-ReceptiondesSoumissions.CNRC@nrc-cnrc.gc.ca
The NRC has restrictions on incoming e-mail messages. The maximum e-mail message size including all file attachments must not exceed 10MB. Zip files or links to bid documents will not be accepted. Incoming e-mail messages exceeding the maximum file size and/or containing zip file attachments will be blocked from entering the NRC e-mail system. A bid transmitted by e-mail that gets blocked by the NRC e-mail system will be considered not received. It is the responsibility of the bidder to ensure that their submission is received.
Bids must not be sent directly to the Contracting Authority.
All submitted bids become the property of NRC.
Due to the nature of the bid solicitation, hard copy bids (paper or soft copies on media) and bids transmitted by facsimile to NRC will not be accepted.
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME
__________________________________________________________________________________________________
Amendment #4
25-58054 LASER BAR STACKER AND UNSTACKER SYSTEM
The purpose of this amendment is to answer questions and to modify the solicitation.
Please see tender documents for description.
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME
_____________________________________________________________________________________________________________________________
Amendment #3
25-58054 LASER BAR STACKER AND UNSTACKER SYSTEM
The purpose of this amendment is to extend the closing date for submissions.
Modification to the solicitation:
At PART 2 - BIDDER INSTRUCTIONS
Delete: sub-section 2.3 Submission of Bids in its entirety,
Insert: sub-section 2.3 Submission of Bids as follows:
2.3 Submission of Bids
Bids must be submitted only electronically to the National Research Council Canada (NRC) Bid Receiving email address, no later than 14:00 EDT (NRC's Server Time), July 25th, 2025 to the following NRC email address:
NRC.BidReceiving-ReceptiondesSoumissions.CNRC@nrc-cnrc.gc.ca
The NRC has restrictions on incoming e-mail messages. The maximum e-mail message size including all file attachments must not exceed 10MB. Zip files or links to bid documents will not be accepted. Incoming e-mail messages exceeding the maximum file size and/or containing zip file attachments will be blocked from entering the NRC e-mail system. A bid transmitted by e-mail that gets blocked by the NRC e-mail system will be considered not received. It is the responsibility of the bidder to ensure that their submission is received.
Bids must not be sent directly to the Contracting Authority.
All submitted bids become the property of NRC.
Due to the nature of the bid solicitation, hard copy bids (paper or soft copies on media) and bids transmitted by facsimile to NRC will not be accepted.
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME
__________________________________________________________________________________________________
Amendment #2
25-58054 LASER BAR STACKER AND UNSTACKER SYSTEM
This amendment is raised to answer questions and to modify the solicitation.
See answers to questions and modifications to the solicitation below.
_________________________________
QUESTIONS TO THE SOLICITATION
QUESTION 1:
Is acceptable to submit CSA certification before delivery and not at submission?
ANSWER 1:
Yes, Canada will accept CSA certification completion after delivery of the requirement.
QUESTION 2:
Current delivery of the requested system is before end of March 2026. Will Canada accept bidders to propose the current realistic delivery time lines which could be after March 2026?
ANSWER 2:
Yes
_________________________________________________________________________________
MODIFICATIONS TO THE SOLICITATION
At PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION, sub-section 4.1.1.1
Mandatory Technical Criteria
Delete: Criteria Item M1 in it’s entirety,
Insert: Criteria Item M1 as follows:
M1 The System must be certified or approved for use in accordance with the Canadian Electrical Code CSA SPE-1000.
The CSA certification can be completed after delivery of the System.
The potential bidder must provide timing on when the CSA certification will be completed.
At PART 6 - RESULTING CONTRACT CLAUSES, section 6.4 Term of Contract,
Delete: Subsection 6.4.2 Delivery Date, in its entirety
Insert: Subsection 6.4.2 Delivery Date as follows:
6.4.2 Delivery Date
All the deliverables must be received on or around March 31, 2026.
The estimated delivery date of the system is: ___________ (to be completed at contract award).
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME
______________________________________________________________________________________________
Amendment #1
25-58054 LASER BAR STACKER AND UNSTACKER SYSTEM
The purpose of this amendment is to extend the closing date to 22 July 2025.
Modification to the solicitation:
Delete section 2.3 Submission of Bids closing date and replace with:
July 22, 2025.
_________________________________________________________________________________________________________________________
STATEMENT OF REQUIREMENT
The National Research Council Canada’s (NRC) has a requirement for a Laser Bar Stacker and Unstacker System (The System) for delivery to Ottawa, ON. Quantum and Nanotechnologies (QN’s) Advanced Technology Facility (ATF) requires The System to enable the ATF to safely fabricate structures on both small material samples and on whole wafers.
BACKGROUND
The ATF is a Research and Development (R&D) focused fabrication facility that conducts pioneering research in novel materials, designs, and devices that support NRC’s internal R&D activities and programs. The ATF’s pioneering research also support NRC’s National and International collaborations in photonic devices, photonic integrated circuits, and compound semiconductors. The System will play a key role in delivering facet-coated laser bars to internal and external projects while minimizing user strain and device damage, in a user-friendly and ergonomic manner.
1.0 REQUIREMENT/SPECIFICATIONS:
1.1 The System must
1.1.1 be certified or approved for use in accordance with the Canadian Electrical Code CSA SPE-1000, all costs for certification are the responsibility of the Contractor. The Contractor must certify that The System carries the official mark or label of the agency which indicates that the product has been independently assessed for safety in accordance with the province of Ontario;
1.1.2 be able to pick laser bars from blue tape and stack them automatically into a jig/magazine with the accuracy X axis: better than +/- 10µm – Y axis: better than +/- 5µm, with low contact force of up to 10gr;
1.1.3 have repeatable pick and place positions X axis: better than +/- 10µm – Y axis: better than +/- 5µm, with low contact force of up to 10gr;
1.1.4 be able to pick spacer bars from trays or GelPacks and stack them automatically into a jig/magazine with the accuracy X axis: better than +/- 10µm – Y axis: better than +/- 5µm, with low contact force of up to 10gr;
1.1.5 be able to unload the bars and spacers from the jig/magazine to individual/separate containers like GelPack or Entegris trays both automatically or by using a manual option;
1.1.6 include open face jigs/magazines that allow for coating of both facets of laser bars with a single loading;
1.1.7 must be capable of handling laser bars with: cavity lengths of 150 µm to 4mm, widths from 6mm to 12mm and thicknesses between 100-200um without damage;
1.1.8 be equipped with automatic vacuum tooling, compatible with a pickup tool, shank of 1/8-inch (3.17mm) diameter;
1.1.9 The Vendor or its approved distributor must have exclusive ownership of, and rights to use the intellectual property (IP) for the tool and processes used.
1.2 Specifications:
1.2.1 Station one (1) (source/input)
1.2.1.1 Bar handling from 4” ring (OD: 151 mm) with automatic bar alignment through pattern recognition
1.2.1.2 Motorized XY stage with minimum travel of 100mm x 100mm
1.2.1.3 Motorized fine theta control with greater or equal than +/- 7.5° rotation capability
1.2.1.4 Plate with grid for bar release (independent from equipment; with a pitch of 2.5mm and replaceable with other pitches)
1.2.1.5 Heated plate capable of reaching up to 80°C
1.2.2 Station two (2) (stacker)
1.2.2.1 Automatic stacker unit for bar/spacer jig/magazine with digital motor controller
1.2.2.2 Lifting/loading capacity of up to 22 mm
1.2.2.3 A minimum of 30 laser bars and 40 spacers stacking capability
1.2.2.4 X & Y position base, fine adjustment by micrometers or motorized
1.2.2.5 Programmable linear sensor detection
1.2.2.6 Automatic detection of wrong placement or wrong removal
1.2.2.7 Full/empty automatic detection
1.2.2.8 Automatic tool Center correction with offset adjustment live and observable on video
1.2.2.9 Pick and Place force adjustable from 1g to 10g
1.2.2.10 Jig lift maintained always at the same height through automatic ccd sensor control
1.2.3 Station three (3) (spacer bars/output)
1.2.3.1 Motorized XY stage with minimum travel of 150mm x 150mm suited fitted for Gel-paks or trays 2” x 2 or 4” x 4” with automatic spacer alignment through pattern recognition
1.2.3.2 Adjustable height via micrometer or motorized with a total range of up to 10 mm
1.2.3.3 Automatically controlled vacuum pedestal, with vacuum switch
1.2.3.4 Motorized theta with fine control and at least a +/-7.5 ° rotation range
1.2.4 Jig/Magazine
1.2.4.1 Must be able to allow for deposition on both side of the laser bar with single stacking operation
1.2.4.2 Must be able to allow deposition on either facet of the laser bar at any orientation of the jig (i.e., vertical or horizontal with facets up or down)
1.2.4.3 Must accept laser and spacer bars of different width and lengths: cavity lengths of 150 µm to 4mm, widths from 6mm to 12mm and thicknesses between 100-200um without damage
1.2.5 Vision Requirements
1.2.5.1 Video: 3 UHD color cameras with continuous, electronic zoom for direct view of all stations (1 through 3) and with a 15mm field of view
1.2.5.2 Video: Independent digital video crosshair targets for stations 1 and 2
1.2.5.3 Video: Box of adjustable size for automatic bar/spacer contour outline and detection for stations 1 and 2, and independent of each other
1.2.5.4 Video: Video mini-PC interface for high-speed video
1.2.5.5 Video: Monitor display of at least 29” in the diagonal
1.2.5.6 Video: Adjustable LED lighting
1.2.5.7 Inspection Process/station 2 Camera: UHD camera, of at least 5 MP, capable of x10 zoom or better
1.2.5.8 Inspection Process/station 2 Camera: Monitor of at least 11” in the diagonal with independent PC for high-speed video
1.2.5.9 Inspection Process/station 2 Camera: Software for video recording
1.2.6 Software Requirements
1.2.6.1 User friendly Graphical and flexible interface on PC for the creation of stacking/unstacking recipes and bar sorting (production). Required predefined operational modes are:
• Mode I: Direct stack
• Mode II: Alternate Stacking
• Mode III: Alternate Unstacking
• Mode IV: Direct Sorter from Station 1 to Station 3
• Mode V: Customizable, allow for the creation of our own sequences
• Mode VI: Manual mode
1.2.6.2 Cycle mode including a Pick Stage and automatic Stacker and Unstacker Units
1.2.6.3 Individual menus for parameter configuration for each station
1.2.6.4 Direct view with crosshairs (no use of binoculars for alignment)
1.2.6.5 Automatic bar alignment mode for both station 1 and station 3
1.2.6.6 Error handling management options for stacking and unstacking operations
1.2.6.7 Traceability file creation composed of the number of laser bars (with their batch number), the number of different spacers, if more than one is employed, as well as the time taken to fill the magazine
2.0 ACCESSORIES
The Contractor must include but not be limited to such things as all the required power connectors, cables, and any other accessories required to install, integrate and configure the deliverables.
3.0 INSTALLATION
The Contractor must ensure that the installed items are correctly adjusted, calibrated, and serviced such that the equipment is ready for operational use upon delivery.
Upon successful completion of the installation, integration and configuration of the deliverables, the Contractor must provide the Technical Authority with written notification that the deliverables are ready for testing.
The System must be installed in the available space within the ATF facility. This also includes ancillary equipment needed for the operation of the main tool, for example: the location of pumps, electronic racks.
4.0 LANGUAGE OF WORK
Service manuals in either digital or hardcopy forms and written in English and/or French.
5.0 DELIVERY
The Contractor must supply all associated materials required to effect complete installation, integration and configuration of the deliverables at the site.
6.0 MAINTENANCE HARDWARE SUPPORT
The Contractor must provide a one (1) year warranty of the System upon site acceptance;
The Contractor must provide a life time system and process support with a response time of less than twenty-four (24) hrs.