SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
The North American Industry Classification Systems (NAICS) Code proposed is 334516. The size standard for the NAICS is 1,000 employees.
The requirement is to provide the United States Air Force Academy (USAFA) with a Scanning Electron Microscope.
Salient Characteristics:
At a minimum, the equipment must include:
• Electron source must be Schottky-type Field Emission Gun
• Resolution in High Vacuum (HV) mode must be ≤ 1.2 nm at ≥20 kV acceleration voltage.
• Resolution in Low Vacuum (LV) mode must be ≤ 2.0 nm at 15-30 kV
• Accelerating voltage operational range: 500 V to ≥ 30 kV.
• Probe current range must include at least 100 pA to ≥300 nA, continuously adjustable.
• Magnification range:
o Minimum magnification ≤ 5x
o Maximum magnification ≥ 1,000,000x
• Operational modes must include both High Vacuum (HV) and Low Vacuum (LV) modes.
• Chamber size and stage capabilities:
o Motorized, 5-axis stage with minimum travel range: X ≥ 80 mm, Y ≥ 60 mm, Z ≥ 50 mm
o Tilt capability: at least -10° to +80° continuously
o Rotation capability: continuous 360 degrees
• Automated vacuum sequencing with oil-free vacuum pumps.
Detectors:
• Must include an Everhart-Thornley type Secondary Electron (SE) detector.
• Must include Backscattered Electron (BSE) detector capable of live compositional and topographical imaging.
• Energy Dispersive Spectroscopy (EDS) detector:
o Silicon Drift Detector (SDD) with ≥ 30 mm² active area
o Energy resolution ≤130 eV (Mn-Kα)
• Includes all EDS software allowing elemental mapping and quantification.
Software and Computer:
• System must include software with automated optimization of beam alignment, focus, brightness, and contrast adjustments.
• Digital image resolution must support at least 4096x3072 pixels.
• Automated image stitching functionality for capturing large area imaging without user intervention.
Accessories and Operational Considerations:
• System must operate on standard laboratory utilities (e.g., 120V/60Hz or 230V options, clean compressed air, oil-free vacuum pumps).
Include on-site installation, commissioning, training, and orientation by manufacturer-trained personnel.
• Include a minimum 1-year warranty covering parts, labor, and standard repair services.
• Provide operator manuals and documentation in print and digital formats in English.
• Include basic user training course at vendor training facility or on-site within one year from installation.
• All software necessary for operating the SEM and EDS must be a perpetual license.
Include in your capabilities package your UEI, Cage Code, and System for Award Management expiration date.
Delivery will be FOB Destination to USAF Academy, CO 80840.
We are interested in a small business that is capable of meeting this requirement.
Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.
All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.
NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!
Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
Responses may be submitted electronically to the following e-mail address: brianna.morphis@us.af.mil. Telephone responses will not be accepted.
RESPONSES ARE DUE NO LATER THAN: March 26th 2025 at 2:00 PM (MDT).
Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.