Inactive
Notice ID:NIST-MML-19-SS5
Project Title: LEAP 4000X Si/HR Microscope Upgrade This is a Sources Sought Notice ONLY. Requests for copies of a solicitation will not receive a response. This Notice is for planning purposes only an...
Project Title: LEAP 4000X Si/HR Microscope Upgrade This is a Sources Sought Notice ONLY. Requests for copies of a solicitation will not receive a response. This Notice is for planning purposes only and is not a Request for Proposal or Request for Quotation or an obligation on the part of the National Institute of Standards and Technology (NIST) for conducting a follow-on acquisition. NIST does not intend to award a contract on the basis of this Notice, or otherwise pay for the information requested. No entitlement or payment of direct or indirect costs or charges by NIST will arise as a result of submission of responses to this Notice and NIST use of such information. NIST recognizes that proprietary components, interfaces and equipment, and clearly mark restricted or proprietary components, interfaces and equipment, and clearly mark restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. In the absence of such identification, NIST will assume to have unlimited rights to all technical data in the information paper. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Background: The National Institute for Standards and Technology (NIST) is seeking qualified sources to upgrade its existing CAMECA LEAP-4000X Si/HR microscope. NIST conducts cutting edge measurement science research aimed at improving the accuracy of quantitative chemical and isotopic analyses conducted via the atom probe. The current atom probe instrument (CAMECA LEAP-4000X Si/HR) is almost 10 years old and no longer delivers performance comparable to the current state-of-the art instruments. A field upgrade is required to achieve levels of performance equivalent to the current generation of atom probe instruments (i.e. CAMECA LEAP-5000XS). . Requirement: NIST is seeking information on contractors who can provide the following general items: The upgrade must include the following capabilities: (1) an imaging single ion detection system for the time-of-flight mass spectrometer, having a verifiable ion detection efficiency of ? 77%; (2) a voltage pulsing system with pulse amplitude selectable up to 35% and pulse frequency selectable up to 500kHz; and (3) the upgrade must work seamlessly with the LEAP-4000X Si/HR platform. Interested parties shall describe the capabilities of their organization as it relates to the services described above. NIST anticipates issuing a Request for Quotation in the third quarter of FY2019, and awarding a contract no later than the fourth quarter of FY2019. NIST is seeking responses from all responsible sources, including large and small businesses. The small business size standard associated with the NAICS code for this effort, 334516, is 1000 employees. Please include your company's size classification and socio-economic status in any response to this notice. After results of this market research are obtained and analyzed, NIST may conduct a competitive procurement and subsequently award a contract. Companies that can provide such services are requested to email a written response describing their abilities to donald.graham@nist.gov no later than the response date for this sources sought notice. The following information is requested to be provided as part of the response to this sources sought notice: 1. Name, Address, DUNS number, CAGE code, and point of contact information of your company. 2. Any information on the company's small business certifications, if applicable. 3. Description of your company's capabilities as they relate to the services described in this notice. 4. A description of your company's previous experience providing the services described in this notice. 5. Indication of whether the services described in this notice are currently offered via your company's GSA Federal Supply Schedule (FSS) contracts, Government-wide Acquisition Contracts (GWACs), or other existing Government-wide contract vehicles; and, if so, the contract number(s) for those vehicles. 6. Any other relevant information that is not listed above which the Government should consider in finalizing its market research. Responses are limited to a total of twelve (12) pages. The responses must be in MS Word format. Pages shall be 8½-inch x 11-inch, using Times New Roman 11 Point Font. Each page shall have adequate margins on each side (at least one inch) of the page. Header/footer information (which does not include any information to be analyzed) may be included in the 1" margin space.