Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2025 SAM #8683
SPECIAL NOTICE

66 -- Notice of Contract Action - Keyence VR-6000 Defect Measuring Device - Keyence Corp.

Notice Date
9/2/2025 3:41:59 PM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
09022025
 
Response Due
9/8/2025 6:30:00 AM
 
Archive Date
09/13/2025
 
Point of Contact
Suzanna Kussman, Elsa N Ortiz Aguilar, Phone: 6612779554
 
E-Mail Address
suzanna.kussman@us.af.mil, elsa.ortiz_aguilar@us.af.mil
(suzanna.kussman@us.af.mil, elsa.ortiz_aguilar@us.af.mil)
 
Description
Notice of Contract Action� Defect Measuring Device � Keyence Corporation of America The United States Air Force Test Center/Directorate of Contracting (AFTC/PZIOB) Edwards AFB, CA, intends to award a single source contract to: Keyence Corporation of America for a Keyence VR-6000 Defect Measuring Device *NOTICE* This is a courtesy notice of intent only and does not constitute a commitment, implied or otherwise, that AFTC/PZIOB will take procurement action on this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotation. This courtesy notice of contract action shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. The information provided will be used to assess trade-offs and alternatives available for the potential requirement. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. Scope of Work: The contract will be executed by means of other than full and open competition with a resulting Firm Fixed-Price contract with Keyence Corporation of America determined through market research to be a viable single source capable of meeting the minimum Government agency specifications. An attempt to identify potential alternate sources with the specialized qualifications required was made through coordination with mandatory source contacts; however, Keyence was determined to be the proprietary manufacturer of the required items. The 412 MXS/MXMP has a requirement for a Keyence VR-6000 measuring system. The Keyence VR-6000 is a motorized, non-contact, non-destructive metrology system based on optical microscopy that is specifically designed for surface texture and roughness metrology in R&D and manufacturing environments. The 3D measuring device must be capable of producing a consistently reliable XY measurable range of 92 x 86 mm (3.62"" x 3.39""), a 0.1 �m height resolution, with a repeatability (?) of 0.4 �m, via high-speed full surface capture. It must be capable of a full 360� profile without blind spots or the need to disassemble the sample with HDR imaging output on a range of surfaces including both glossy and matte surfaces. It must possess the capability to be programmed to instantly calculate/determine if a sample design specification on a pass/fail continuum. Keyence Corporation of America was determined to be a viable source as the proprietary developer and manufacturer of the VR-6000. This company is the sole supplier of these items, and they currently have no authorized resellers for this product due to the proprietary nature and IAW a sole source letter provided by the Keyence Legal Advisor on 29 August 2025. The Keyence VR-6000 is currently the only instrument that can provide 100nm resolution over large areas (18mm x 24mm) in 1 second certified to NIST. Of the existing structured/coherent light systems on the market, only the Keyence VR has the exact combination of features to meet the technical requirements of (1) Resolution, (2) Measurable Area, (3) Data Density, (4) Speed, (5) Automation, (6) Software, (7) Support, and (8) Sustaining Costs. The Government does not perceive any alternatives which outweigh the Keyence option or satisfy the requriements as necessarry. The company has the ability to meet mission schedules and most importantly, mission requirements and specifications for the unique Keyence VR-6000 systems as the most cost-effective option for the taxpayer. The authority permitting other than full and open competition is FAR 13.106-1(b)(1)(i) Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. Market Research: This is a Single Source synopsis published for informational purposes only and serves as a market research tool. Interested parties who believe they can provide these supplies must clearly demonstrate their ability to meet all aspects of the requirement. Information received will be considered solely for the purpose of determining whether a competitive procurement should be conducted in the future. A determination by the Government not to compete this proposed acquisition based on responses to this notice is solely within the discretion of the Government. Authority and Classification: The statutory authority permitting other than full and open competition for this acquisition is 10 United States Code (USC) 2304(c)(1), as implemented by FAR 13.106-1(b)(1)(i), Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. This authority is supported by an approved Single Source Justification. It is the Government's intent to proceed with this single-source action. The applicable NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing). The size standard as defined by the U.S. Small Business Administration is 1,000 employees. Response Instructions: All responses received within six (6) calendar days after the date of publication of this notice will be considered by the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these items. Verbal responses are not acceptable and will not be considered. Responses and questions shall be submitted via email to: suzanna.kussman@us.af.mil and elsa.ortiz_aguilar@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/10dbbbc250d447a5bf0e3dde4f7e40f6/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07574205-F 20250904/250902230045 (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.