Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOURCES SOUGHT

66 -- Cryogenic Ultra-High Vacuum Scanning Probe Infrared Nanospectroscopy Platform

Notice Date
7/10/2020 9:18:42 AM
 
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
AMD-SS20-08
 
Response Due
7/16/2020 8:59:00 PM
 
Archive Date
07/31/2020
 
Point of Contact
Tracy M Retterer, Phone: 3019758448, Adam C. Powell, Phone: 3019752166
 
E-Mail Address
tracy.bisson@nist.gov, adam.powell@nist.gov
(tracy.bisson@nist.gov, adam.powell@nist.gov)
 
Description
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 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. Summary of Requirement: NIST is seeking information on small business concerns that are capable of providing one (1) Cryogenic Ultra-High Vacuum Scanning Probe Infrared Nanospectroscopy Platform that meets or exceeds the following requirements: Contract Line Item Number (CLIN) 0001: The contractor shall provide a firm fixed price quotation for one (1) cryogenic ultra-high vacuum scanning probe infrared nano-spectroscopy platform that meets the following minimum requirements: a) General cryogenic, vacuum and optical access specifications: The cryogenic SPM system shall operate in a temperature range between 293 K to 5 K or wider range. The cryogenic SPM system shall operate at a pressure lower than 6�10?10 mbar. The cryogenic SPM system shall have a cryogenic hold time at the lower attainable temperature (5K or lower) of 65 h or longer (not considering additional heat loads such as laser light illumination). The cryogenic SPM system shall have a cooling power > 135 mW, or of at least 35 mW in excess to the cooling power required to maintain the instrument at the lowest attainable temperature (5 K or lower). This is required to dissipate the extra heat load introduced by laser sources during spectroscopic measurements. The cryogenic SPM system shall have a cryogenic hold time of 35 h or longer while an additional 35 mW heat load is applied to the sample at the lower attainable temperature (5K) with a maximum allowed sample temperature increase (?T) of 1 K. The cryogenic SPM system shall enable optical access to the tip-sample area for spectroscopic measurements from at least two optical ports, at least 1 port shall have a diameter of about 1 inch and be transparent from 0.6 �m to 100 �m or wider range. One optical port must be functional between 450 nm 2300 nm or wider range. At least one of the optical ports shall enable visualization of the tip-sample area with a high resolution digital camera (5 �m or better spatial resolution). The SPM system must enable concurrent illumination of the tip-sample area from the 2 optical ports to enable complex SPM nanospectroscopy experiments.������ AFM and STM general specifications: The cryogenic SPM system shall enable atomic force microscopy (AFM) topographic imaging in tapping-mode or non-contact-mode with atomic resolution, for example on a Si(111)?7x7 surface at 5K. The cryogenic SPM system shall enable scanning tunneling microscopy (STM) imaging atomic resolution at 5K. The cryogenic SPM system shall enable scanning tunneling spectroscopy (STS) experiments.� The cryogenic SPM system shall have a minimum AFM bandwidth of 1 MHz or higher to enable PTIR or PiFM measurements at cryogenic temperatures. The cryogenic SPM system shall enable a coarse sample motion (2 mm x 2mm or wider range at low temperature, ? 5K) parallel to the sample stage to locate the region of interest. The cryogenic SPM system shall enable fine scanning the sample over 8 �m x 8 �m area or wider at low (? 5K) temperature and achieve a tapping-mode or non-contact-mode AFM and with a drift limited to 2 nm/h or lower. Fine sample scanning (as opposed to tip scanning) is required in PTIR and PiFM experiments to maintain the tip-laser alignment invariant during the scan.��� The cryogenic SPM system shall enable fine scanning of the sample over 8 �m x 8 �m area or wider at low (? 5K) temperature for STM measurements with a drift limited to 2 nm/h or lower. PTIR and PiFM specifications: The AFM capabilities of the cryogenic SPM system must be compatible with photothermal induced resonance (PTIR) measurements (10 nm or better spatial resolution) similarly to what described in described in Angew. Chem. Int. Ed. 2019, 58, 11652. or photoinduced force microscopy (PiFM) measurements (10 nm or better spatial resolution) similarly to what is described in Sensors 2019 19 1530. For PTIR or PiFM measurements, the cryogenic SPM system must include a ? 1-inch diameter broadband optical port and a broadband parabolic mirror (1/2 inch diameter or wider) inside the cold space to enable achromatic focusing IR light to the tip-sample area in the spectral range from 0.6 �m to 100 �m or wider. For a 10 �m incident light the attainable focal spot around the tip sample area shall have a diameter in the range of ? 30 �m to ? 50 �m. The broadband parabolic mirror must illuminate the tip sample area with an angle of ? 20� with respect to the sample surface to optimize the PTIR signal. The broadband parabolic mirror must be mounted on a motorized stage (3 axis preferred) inside the cold space enabling 4 mm or wider movement range per degree of freedom at ?�5�K. d)�� STM-EL specifications: The STM capabilities of the cryogenic SPM must be compatible with atomic resolution STM electro-luminescence (STM-EL) measurements from the visible to near-IR similarly to what is described in Science 2018, 361, 251. The cryogenic SPM system shall include an optical port and a lens within the cold space with a numerical aperture (NA) > 0.55 to enable efficient light collection from the tip-sample junction across a spectral range from 450 nm to 2300 nm or wider range.� The lens shall be able to collect light emitted from the tip sample junction at an angle of ? 30� degrees from the sample surface to optimize the electroluminescence collection efficiency.������� The lens inside the cold space must be mounted on a on a motorized stage (3 axis preferred) enabling 4 mm or wider movement range per degree of freedom at temperatures ? 5 K. SPM platform: Since the cryogenic SPM platform will be used at NIST to develop novel measurements and metrology capabilities combining SPM and spectroscopy beyond the current state of the art, the ability to integrate and add future capabilities (e.g., laser sources, spectrometers, fiber optics) to the SPM platform and to conduct novel customized experiments is essential. Availability of a digital hardware interface (shared boundary between the SPM cryogenic system and custom hardware and software to controls lasers and spectroscopy tools) is required, to exchange commands, information, data and to enable synchronization or measurements. Optical table: The cryogenic SPM system shall be integrated with a high-performance optical table suitable for sensitive optical and scanning probe experiments, such as atomic-resolution scanning probe microscopy and optical interferometry. The optical table shall provide damping characteristics similar to Newport RS 4000 optical table. Brand name is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency�s requirement. Optical Table shall have the following maximum footprint of:� 4 feet x 12 feet (W�x�L) with suitable cutouts for the cryogenic SPM system. Optical Table surface shall �-20 tapped holes on a 1-inch grid. Vendor shall provide specifications for two or more options for the integrated optical table. CLIN 0002: The Contractor shall provide one (1) Residual gas analyzer (RGA) that meets the following minimum requirements: Residual gas analyzer (RGA) compatible with the CLIN 0001 UHV with specifications equivalent to PrismaPro� QMG 250 M2, 1�200 u. Brand name is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency�s requirement. CLIN 0003: The Contractor shall provide one (1) set of vacuum gauges to measure UHV pressures inside each chamber of the SPM platform (i.e. 3 gauges if the system consist of 3 chambers) that meets the following minimum requirements: The vacuum gauge measurement systems shall be brand name or equivalent to VAT Part number Pfeiffer TPG 300 Total Pressure System. Brand name is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency�s requirement. CLIN 0004: The Contractor shall provide two (2) UHV valves that meets the following minimum requirements: The valves shall be brand name or equivalent to VAT Part number: 10836-CE01, DN 63 manual. Brand name is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency�s requirement. This is needed to pump down each individual chamber of the SPM platform during bake outs.�� (End of Specifications) NIST is seeking responses from all responsible�businesses sources under the size standard of 750 employees associated with the applicable NAICS code, 334516 - Analytical Laboratory Instrument Manufacturing. Please include company�s size classification and socio-economic status in any response to this notice. Interested parties shall describe the capabilities of their organization as it relates to the services described herein. �Businesses able to provide such services are requested to email a detailed response describing their capabilities to tracy.bisson@nist.gov�no later than the response date for this source sought notice. The report should include any information relevant to the organization�s abilities to meet the requirements detailed in the Specifications. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of company/companies that are authorized provide product, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Number of days, after receipt of order that is typical for delivery of product. 4. Indication of whether the product is currently on one or more GSA Federal Supply Schedule contracts or any other government-wide contracts. If so, please provide the applicable contract number(s). 5. Indication of whether the product proposed is a commercial item currently offered in the market place. 6. Interested vendors shall address their capability of providing Original Equipment Manufacturer (OEM) parts. 7. Any other relevant information that is not listed above which the Government should consider in developing its minimum performance requirements. Responses are limited to a total of twelve (12) pages in MS Word or PDF format. NIST invites all interested small businesses to submit any questions or comments regarding the Summary of Requirements via email to tracy.bisson@nist.gov within 2 calendar days of the posting of this notice. NIST intends to then post an amendment providing responses to any questions received. Official responses to the Sources Sought Notice shall be submitted by 07/16/2020 at 12:00 pm EST. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/402e6e5682d243c7b796422b18e832ee/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN05718226-F 20200712/200710230201 (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  © 1994-2020, Loren Data Corp.