SOURCES SOUGHT
66 -- Sources Sought Notice for Upgrade of Existing Resonant Soft X-ray Scattering End Station
- Notice Date
- 11/6/2024 1:50:38 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NIST-SS25-CHIPS-0020
- Response Due
- 11/20/2024 2:00:00 PM
- Archive Date
- 12/05/2024
- Point of Contact
- Nina Lin, Donald Collie
- E-Mail Address
-
nina.lin@nist.gov, donald.collie@nist.gov
(nina.lin@nist.gov, donald.collie@nist.gov)
- Description
- The purpose of this sources sought notice is to conduct market research and identify potential sources of commercial products/services that satisfy the Government�s anticipated needs. BACKGROUND The National Institute of Standards and Technology (NIST) Materials Measurement Lab (MML) is seeking information from sources that may be capable of providing a commercial item solution that meets or exceeds the following draft minimum specifications: The Materials Measurement Lab is upgrading the resonant soft X-ray scattering (RSoXS) end station at NSLS-II as part of a project in the CHIPS Metrology program. The end station is used for measuring the microstructure and local chemistry of a variety of soft matter systems including those used in photolithography, organic electronics, water membranes, and biological systems. The end station is also used for in situ liquid cell measurements. The end station is operated as part of the general user program at NSLS-II. The end station is situated on the SST1 beamline (https://www.bnl.gov/nsls2/beamlines/beamline.php?r=7-ID-1). It is critical that down time for the beamline is minimized to avoid loss of experimental time on the SST1 beamline. Ideally all installation work will be completed during a NSLS-II shutdown. Additionally, there is a lot of urgency on having the res-CDSAXS measurement available for the semiconductor industry. The RSoXS end station is being upgraded to allow soft X-ray reflectivity and a method called resonant critical dimension small angle scattering (res-CDSAXS). This requirement requires a system with the sample and the detector on a 2-circle goniometer in the vacuum chamber. The upgrade will also add a high throughput sample exchange system to increase the sample throughput of the end station. The system must also still be able to do all current measurements including the liquid cell experiments. Soft X-rays are strongly absorbed by air and require vacuum levels = +-180 degree sample rotation Resolution = 24 mm Resolution = 100 mm Resolution = -10� to 150� Resolution = 350 mm Resolution = 160 mm Resolution = 60 mm Resolution < 2 �m Repeatability < 10 �m Detector assembly Integration of a 2D SCMOS detector, channeltron, and photodiode All necessary cooling and electrical feedthroughs Motorized XY for beamstop to be mounted in front of detector with electrical feedthrough for beamstop photodiode Must be able to move beamstop off of the detector High throughput sample loader and exchanger Load lock for pumping down sample holders with dedicated turbo pump Sample holder storage capability Semiautomated sample exchange Sample holders Able to be repeatably mounted onto the goniometer Able to hold multiple small transmission or reflectivity samples Option for integrated cartridge heaters in the sample holder with thermocouple At least 5 electrical connections to sample holder Electrically isolated from the sample goniometer to allow for measuring photoelectron current Optical cameras Optical cameras on both sides for viewing sample High resolution, long working distance camera with an angled mirror with an aperture for the beam to pass through to allow on axis viewing of the sample Motor control Include motor controllers and software drivers for EPICs Include all necessary interlocks to prevent any collisions during motion Maintain proper control for all current motors that will be retained All resolutions must be the same or better than current values Electron yield detector Mount to bring a channeltron near the sample for partial electron yield measurements Include grid for adding electron rejection bias Vacuum vessels Vessel must be sufficiently large to fit the 2-circle goniometer in it and allow full range of detector motions Ensure sufficient ports for current and future applications Access ports on front and back of system to allow access to the goniometer Vacuum tested for pressures less than 2e-7 Torr Integration of existing liquid cell TEM holder into new system design Must allow the current Hummingbird liquid cell with compustage-style TEM port to operate Sample holder must be able to reach the beam with the detectors maintaining normal operation System must be mounted on a granite block to reduce vibrations Reuse of existing parts, controllers, and software when possible Maintain all current capabilities Integration of the system into the existing beamline controls Installation and removal of unused existing parts Alignment of entire system with the current beam path May not affect any of the other end stations on the SST1 beamline Inclusion of a lifting crane for access to chamber if necessary 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 in this notice as soon as possible, and preferably before the closing date and time of this notice.� Please note that to be considered for award under any official solicitation, the entity must be registered and �active� in SAM at the time of solicitation response. 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). Identify the equipment that your company sells that can meet the objectives addressed in the BACKGROUND section of this notice.� For each product recommended to meet the Government�s requirement, provide the following: Manufacturer name Model number Technical specifications If your company is not the manufacturer, provide information on your company�s status as an authorized reseller of the product(s) Describe performance capabilities of the product(s) your company recommends to meet the Government�s requirements.� Additionally, if there are other features or functions that you believe would assist NIST in meeting its objectives described above, please discuss in your response. Discuss whether the equipment that your company sells and which you describe in your response to this notice may be customized to specifications and indicate any limits to customization. Identify any aspects of the NIST market research notice, including instructions, and draft minimum specifications in the BACKGROUND section you cannot meet and state why. �Please offer suggestions for how the market research notice and draft minimum specifications could be made more competitive. State whether the proposed equipment is manufactured in the United States and, if not, state the name of the country where the equipment is manufactured. Identify any plans/possibilities for changes in manufacturing location of the aforementioned equipment and provide relevant details, including timeline. For the NAICS code listed in this notice: 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.� Describe services that are available with the purchase of the aforementioned equipment from your company such as installation, training, and equipment maintenance. Describe standard terms and conditions of sale offered by your company for the recommended equipment such as: delivery time after your company accepts the order; FOB shipping terms; manufacturer warranty (including details regarding nature and duration); if available, description(s) of available extended warranty; equipment setup and test; operator and service instruction manual(s); cleanup after installation; and if applicable, other offered services.� Provide a copy of manufacturer standard terms and conditions that typically relate to the sale of the specified equipment, if available. State whether your company offers facility renovation services related to installation of the recommended equipment at its delivery destination, if required per the NIST-identified minimum specifications, and provide description of said services. �Indicate if your company performs the facility renovation services or typically subcontracts the work to another company. �Indicate if your company would be interested in inspecting the intended installation site during the market research phase. State published price, discount, or rebate arrangements for recommended equipment and/or provide link to access company�s published prices for equipment and services.� If the recommended equipment and related services are available for purchase on any existing Federal Supply Schedule contract(s) or other contracts against which NIST may be able to place orders, identify the contract number(s) and other relevant information. Identify any customers in the public or private sectors to which you provided the recommended or similar equipment.� Include customer(s) information: company name, phone number, point of contact, email address. Provide any other information that you believe would be valuable for NIST to know as part of its market research for this requirement. State if you require NIST to provide additional information to improve your understanding of the government�s requirement and/or would like to meet with NIST representatives to discuss the requirement and the capabilities of the identified equipment. 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 5 calendar days prior to the response date. If the Contracting Officer determines that providing a written amendment to this notice to document question(s) received would benefit other potential respondents, the questions would be anonymized, and a written response to such question(s) would be provided via an amendment to this notice. IMPORTANT NOTES This notice is for market research purposes and should not be construed as a commitment by NIST to issue a solicitation or ultimately award a contract.� There is no solicitation available at this time. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. NIST 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 to allow the Government to determine the organization�s capability. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a synopsis and solicitation may be published on GSA�s eBuy or SAM.gov. However, responses to this notice will not be considered an adequate response to any such solicitation(s). Thank you for taking the time to submit a response to this request!
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b407d147a7054578bdee18f54ec96b9d/view)
- Place of Performance
- Address: Upton, NY 11973, USA
- Zip Code: 11973
- Country: USA
- Zip Code: 11973
- Record
- SN07259118-F 20241108/241106230109 (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 |