SPECIAL NOTICE
J -- NOTICE OF INTENT TO SOLE SOURCE: Service agreement for Hitachi S5500 Scanning Electron Microscope (SEM)
- Notice Date
- 2/24/2025 10:42:30 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NB305000-25-00903
- Response Due
- 3/10/2025 8:00:00 AM
- Archive Date
- 03/25/2025
- Point of Contact
- Joni L. Laster, Phone: 3019756205, Tracy Retterer
- E-Mail Address
-
joni.laster@nist.gov, Tracy.retterer@nist.gov
(joni.laster@nist.gov, Tracy.retterer@nist.gov)
- Description
- The United States Department of Commerce (DOC), National Institute of Standards and Technology (NIST), Acquisition Management Division (AMD) intends to negotiate, on a sole source basis, with HITACHI HIGH-TECH AMERICA, INC., 1375 N 28TH AVE, DALLAS, TX 75261-5012, for the purchase of a base plus 1.5 year option period service agreement for the NIST owned Hitachi S5500 Scanning Electron Microscope (SEM) to be utilized by NIST�s Physical Measurements Laboratory (PML) Microsystems and Nanotechnology Division (MND), Nanostructure Fabrication and Measurement Group (NFMG). The statutory authority for this acquisition is 41 USC 3304(a)(1); FAR 13.106-1(b). The CHIPS R&D Program�s mission is to advance the development of semiconductor technologies and to enhance the competitiveness of the U.S. semiconductor industry. The Electron-Solid Interactions Project contributes to the mission by developing and validating physics-based models of electron-solid interactions. Good models improve the accuracy of quantitative interpretations of data acquired by SEMs and other electron-beam-based measurement tools. The work takes place within NIST�s Physical Measurement Laboratory, Microsystems and Nanotechnology Division, which has the mission of advancing the state of the art in nanofabrication, enabling the transfer of NIST measurement technologies to the industrial, academic, and government communities. A comprehensive market survey was conducted to discover vendors capable of providing the required maintenance services for the above referenced SEM. The goal of this procurement is for the S5500 to remain operational 24 hours per day and 7 days per week during the agreement period while meeting or exceeding the manufacturer�s rated performance specifications. The service contract will provide routine preventive maintenance (PM), emergency services, repair, and calibration for the S5500. The service contract will minimize interruptions in service via preventive maintenance and minimize downtime via rapid diagnosis and repair by qualified and experienced personnel. Survey results determined HITACHI HIGH-TECH AMERICA, INC., as the original equipment manufacturer, is the only company with the proprietary knowledge, resources, and capability to provide maintenance services for this equipment. HITACHI HIGH-TECH AMERICA, INC. is the sole manufacturer and distributor of the services that meets the required minimum specifications. All components and replacement parts are to be genuine Hitachi brand name to insure 100% compatibility with the existing instrument. The use of a third party would increase the chances of project deadlines slipping, negatively affecting the project results and the progress of the research. HITACHI HIGH-TECH AMERICA, INC. is uniquely qualified to provide the necessary service agreement. The Contractor has proprietary advantages for instrument maintenance: (1) Its service technicians are trained to service its instruments. (2) Service technicians have access to factory experts, company proprietary service manuals, and maintenance passwords that are not shared with third parties. (3) Service contract holders receive access to stocked parts and priority for parts that must be manufactured and shipped from Japan. NIST will also receive priority service for an unlimited number of service calls in the event of an instrument failure that requires immediate repair. For such calls, the response (time from first call for emergency service until a qualified service engineer arrives on site) will be within 48 hr. NIST researchers rely on the availability of the equipment and adding risks for increased service times does not support the best interest of the Government. The North American Industry Classification System (NAICS) code for this acquisition is 811210 � Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34M revenue A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No solicitation package will be issued. This notice of intent is not a request for quotations; however, all responsible sources interested may identify their interest and capability to respond to this requirement. Interested parties that believe they can satisfy the requirements listed above must identify their capability in writing before the response date of this notice. Only responses received by the established date and time shall be considered by the government. Responses shall be submitted via email to joni.laster@nist.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0d301b78629c48ad9eae20b81569dcef/view)
- Place of Performance
- Address: Gaithersburg, MD 20899, USA
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN07350973-F 20250226/250224230029 (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 |