Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2026 SAM #8809
SOURCES SOUGHT

99 -- Micro X-ray Computed Tomography System

Notice Date
1/6/2026 9:17:31 AM
 
Notice Type
Sources Sought
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NIST-SS26-CHIPS-57
 
Response Due
1/27/2026 2:00:00 PM
 
Archive Date
02/11/2026
 
Point of Contact
Forest Crumpler, Cielo Ibarra
 
E-Mail Address
forest.crumpler@nist.gov, cielo.ibarra@nist.gov
(forest.crumpler@nist.gov, cielo.ibarra@nist.gov)
 
Description
Notice ID Number: NIST-SS26-CHIPS-57 Title: Micro X-ray Computed Tomography System Response Date: January 27, 2026 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 To support of the CHIPS for America Act, the NIST Precision Imaging Facility (PIF) requires a micro�X-ray Computed Tomography (�XCT) system. Projects related to advanced semiconductor research require non-destructive, three-dimensional imaging of materials and devices. Notably, NIST does not seek to purchase an industrial (large scale) or medical X-ray computed tomography tool. The �XCT tool is intended to image specimens with a major dimension on the millimeter scale with nanometer resolution. 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: TECHNICAL REQUIREMENTS: ENTER REQUIREMENTS Line Item 0001: Micro X-ray Computed Tomography (�XCT) Microscope Description: The microscope collects multiple X-ray images of a specimen and uses integrated reconstruction software to produce a three-dimensional image of the specimen. Quantity: One (1) Technical Specifications: System Resolution The system shall have a maximum spatial resolution of 500 nm or smaller. The minimum achievable voxel size shall be 50 nm or smaller. X-ray Source: Source The X-ray source shall be a sealed tube X-ray source The source voltage shall be variable up to 160 kV Offerors should specify the maximum power of the X-ray source Specimen Stage: The specimen stage shall allow for 360� rotation of a specimen. Offerors should specify the maximum travel of the stage. Offerors should specify the maximum mass that the stage can hold. Optics The instrument may utilize an optics-based or geometry-based magnification scheme. Offerors should specify the details of their optics system. Detectors, Cameras, and Imaging Modes The instrument shall include a visible light camera inside the radiation enclosure to visualize stage movements with the enclosure door closed. The system shall include at least one X-ray detector with greater than 20 megapixels. The detector may be direct/flat panel type or an optics/scintillator type detector Offerors shall describe all X-ray detectors that are offered along with the type and size/resolution of the detector. The system shall include all lenses, detectors, software, and imaging modes required to enable a wide-field imaging mode with a large 3D field of view. The system shall include all lenses, detectors, software, and imaging modes require to enable a wide-field imaging mode with large 2D field of view. Offerors should specify whether their instrument includes, or can be field upgraded, to include a diffraction contrast tomography imaging mode. Software The instrument shall include software that provides full control over the instrument, including adjustment of all stages, filters, and detectors. The instrument shall include software and associated licenses to provide support for 3D reconstruction of tomographic datasets. Offerors should provide information about how their acquisition and reconstruction software is integrated or can be integrated with modern artificial intelligence (AI) and machine learning (ML) algorithms. The instrument shall include a software API such that the instrument can be fully controlled using scripting language. Offerors shall describe how users can interact with the API (e.g. graphical user interface, programming language, etc.) Vacuum System: All vacuum pumps and/or vacuum pumping systems that are required by or included with the system shall be oil free. All routine operations of any vacuum system shall be integrated into the instrument control software with software/hardware interlocks that prevent users from accidentally venting any or all the vacuum system. Computer Workstations The instrument shall include a control computer with all necessary hardware, software, and peripherals to safely operate the XCT system. The instrument shall include a data processing workstation with necessary hardware, software, and peripherals to analyze data when not at the instrument. Radiation Safety The system enclosure shall include all shielding for safe operation of the X-ray source. The system enclosure, X-ray source, and all other parts that may lead to radiation exposure must be fully interlocked such that the X-ray source cannot operate if the enclosure is opened and/or shielding is removed. The system shall include an �X-ray on� light to indicate when the X-ray source is powered on and when the internal system shutters are open. The system enclosure shall include one or more pass-throughs to allow wires and/or cables to enter the system while maintaining radiation safety. Remote Operation Offerors should specify what remote operation capabilities are available. Support Equipment Offerors should specify what support equipment (pumps, chillers, computers, etc.) are required to be in or adjacent to the space where the main instrument is housed. Physical Requirements The instrument shall be in a radiation-safe enclosure The instrument (including all enclosures) shall fit in a laboratory with a ceiling height of 13 feet (3.96 meters) The instrument must fit in a room that is 23 feet (7.01 meters) wide and 23 feet (7.01 meters) deep Offerors shall provide a current installation guide 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 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 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). The responses shall not exceed 20 pages including all attachments, charts, etc. Thank you for taking the time to submit a response to this request.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/344ba98b875343df8b871f7294ca1c04/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07679059-F 20260108/260106230037 (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.