Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2025 SAM #8657
SPECIAL NOTICE

66 -- Electromagnetic Imaging Modules for an Atomic Force Microscope - Combined Sources Sought/Notice of Intent to Sole Source

Notice Date
8/7/2025 11:06:51 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NB305000-25-02640
 
Response Due
8/21/2025 8:00:00 AM
 
Archive Date
09/05/2025
 
Point of Contact
Tracy Retterer, Donald Collie
 
E-Mail Address
Tracy.retterer@nist.gov, donald.collie@nist.gov
(Tracy.retterer@nist.gov, donald.collie@nist.gov)
 
Description
BACKGROUND ***THIS IS A COMBINED SOURCES SOUGHT NOTICE AND NOTICE OF INTENT TO SOLE SOURCE*** The National Institute of Standards and Technology (NIST) is seeking information from sources that may be capable of providing a high speed, Electromagnetic Imaging Modules for an Atomic Force Microscope. If no alternate sources are identified, the Government intends to issue a Sole Source Award to Liquid Instruments (140 Manning RD, Billerica MA 01821-3915) under the authority of FAR 13.106-1(b). The North American Industry Classification System (NAICS) code for this acquisition is 334516. NIST seeks to develop measurement technologies, properties data, and standards focused on defect and contaminant identification to support uniform materials quality and traceability across the supply chain. As part of this program, NIST requires scanning probe microscopy capabilities to characterize two-dimensional and wide bandgap materials. Specifically, NIST requires four electromagnetic imaging modules that will be integrated with and extend the capabilities of an existing commercial Atomic Force Microscope (AFM). These electromagnetic and electromechanical imaging modules include hardware and software for: (i) Scanning Spreading Resistance Microscopy (SSRM) (ii) Scanning Capacitance Microscopy (SCM) (iii) Tunneling AFM (TUNA) (iv) Kelvin Probe Force Microscopy (KPFM). These imaging modules will be applied to perform comparative microscopy on industrially relevant materials to further semiconductor device reliability. These imaging modules will be used to enable evaluation of two-dimensional and wide bandgap materials to further device reliability. The modules will be deployed in a multi-user environment that prioritizes ease-of-use and interfaces that facilitate measurement and data analysis by multiple users. NIST is seeking information from sources that may be capable of providing a solution that will achieve the objectives described above, in addition to the following essential requirements: Compatibility with NIST�s existing commercial AFM (Bruker Icon) is a strict requirement. Include an SSRM module that simultaneously measures (1) contact-mode topography and (2) by use of a logarithmic current amplifier or other wide-range current amplifier, measures the local spreading resistance as a function of the probe position to form a two-dimensional map (image) of the sample. Include an SCM module that simultaneously measures (1) contact-mode topography and (2) the local tip-sample capacitance as a function of the probe position to form a two-dimensional map (image) of the sample. Include a TUNA module that measures very small (~pA or less) currents between the tip and sample. Include a KPFM module that simultaneously measures (1) non-contact-mode topography and (2) the local work function as a function of the probe position to form a two-dimensional map (image) of the sample. NIST conducted market research from October 2024 to July 2025 by attending conferences, speaking with colleagues, performing internet searches, and speaking with vendors to determine what sources could meet NIST�s minimum requirements. The results of that market research revealed that only Bruker Scientific LLC (UEI: MG2JF771VWU5) appears to be capable of meeting NIST�s requirements. HOW TO RESPOND TO THIS NOTICE In responding to this notice, please DO NOT PROVIDE PROPRIETARY INFORMATION. Please include only the following information, readable in either Microsoft Word 365, Microsoft Excel 365, or .pdf format, in the response. Submit the response by email to the Primary Point of Contact and, if specified, to the Secondary Point of Contact listed at the bottom of this notice as soon as possible, and preferably before the closing date and time of this notice. Provide the complete name of your company, address, name of contact for follow-up questions, their email, their phone number and, if your company has an active registration in https://sam.gov, your company�s Unique Entity ID (UEI). Details about what your company is capable of providing that meets or exceeds NIST�s minimum requirements. Whether your company is an authorized reseller of the product or service being cited and evidence of such authorization. Identify any aspects of the description of the requirements in the BACKGROUND section above that could be viewed as unduly restrictive or create unnecessary barriers that adversely affect your firm�s ability to fully participate in a procurement for such services and explain why. Please offer suggestions for how the requirements could be organized or structured to encourage the participation of small businesses. For the NAICS code Indicate whether your company is (a) a small business or (b) other than small business. See the Table of Small Business Size Standards and the associated .pdf download file for small business size standards and additional information. If you believe the NAICS code listed in this notice is not the best NAICS code for the type of product addressed in this notice, identify an alternative NAICS code that you believe would be more appropriate for the planned procurement. If your firm has existing Federal Supply Schedule contract(s) or other contracts for products or services against which the Department may be able to place orders, identify the contract number(s) and other relevant information. Describe your firm�s experience (as a prime, subcontractor, or consultant) providing the products or services described in Background section. Provide any other information that you believe would be valuable for the Government to know as part of its market research for this requirement. Please let us know if you would like to engage to get a better understanding of the requirement or need additional information about the Government�s requirement for the products or services described in the Background section. QUESTIONS REGARDING THIS NOTICE Questions regarding this notice may be submitted via email to the Primary Point of Contact and the Secondary Point of Contact listed in this notice. Questions should be submitted so that they are received within 5 days of the posting. Questions will be anonymized and answered via sources sought notice amendment following the question submission deadline. IMPORTANT NOTES The information received in response to this notice will be reviewed and considered so that the NIST may appropriately solicit for its requirements in the near future. This notice should not be construed as a commitment by the NIST to issue a solicitation or ultimately award a contract. This notice is not a request for a quotation. Responses will not be considered as proposals or quotations. No award will be made as a result of this notice. NIST is not responsible for any costs incurred by the respondents to this notice. NIST reserves the right to use information provided by respondents for any purpose deemed necessary and appropriate. Thank you for taking the time to submit a response to this request!
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a7e223b0e9a34fd992dcd58c5b281983/view)
 
Place of Performance
Address: Boulder, CO 80305, USA
Zip Code: 80305
Country: USA
 
Record
SN07540466-F 20250809/250807230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.