Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2025 SAM #8553
SOURCES SOUGHT

66 -- Infrared Camera

Notice Date
4/25/2025 9:43:42 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
NIST-SS25-34
 
Response Due
5/7/2025 9:00:00 AM
 
Archive Date
05/22/2025
 
Point of Contact
Junee Johnson
 
E-Mail Address
junee.johnson@nist.gov
(junee.johnson@nist.gov)
 
Description
*****THIS IS A COMBINED SOURCES SOUGHT NOTICE AND NOTICE OF INTENT TO SOLE SOURCE***. BACKGROUND The National Institute of Standards and Technology (NIST) is conducting innovative research through its NIST SERI program to advance measurement science in the realm of illicit drug identification and quantification, as mandated by the TRANQ Research Act. As part of this effort, the Microsystems and Nanotechnology Division is spearheading the development of cutting-edge infrared sensors that leverage metamaterial technology. These metamaterial-based sensors are specifically designed to operate within the infrared wavelength range of 2 micrometers to 11 micrometers. This range includes the highly sensitive molecular fingerprint region, which is crucial for spectroscopic detection of drug molecules. By targeting this spectral region, the sensors aim to achieve precise and reliable detection and identification of illicit substances, enhancing the capabilities of forensic and analytical laboratories. 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 Contract Line-Item Number (CLIN) 0001: The Contractor shall provide one (1) infrared Camera The system shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. Experimental, prototype, or custom items will not be considered. The use of �gray market� components not authorized for sale in the U.S. by the Contractor is not acceptable. The Contractor shall provide the following optical and electrical/communication properties that meet the following minimum specifications: Instrument package: One camera system (not multiple cameras or camera components to meet requirements) Infrared camera requirements a) Strained-layer superlattice (SLS) camera sensor b) Continuously wavelength coverage from 2 mm to 11 mm. c) Camera frame rates of 400 frames/second or higher d) Camera resolution of 640x512 pixels or higher Pixel pitch of 20 mm Linear closed-cycle Stirling cryo-cooling of camera sensor 25 mm f/2.0 lens Camera electrical/communication requirements Must use 120 V or 240 V AC input power Computer communication via GigE, Camera Link, or HD-SDI interfaces Syncing/triggering options via coax connections Must have 1 year warranty Must have manuals for operation Software development kit (SDK) is required to control by PC NIST conducted market research from December 2024 � February 2025 by, speaking with colleagues, performing internet searches, and speaking with vendors to determine what sources could meet NIST�s minimum requirements. The results of that market research revealed that only Santa Barbra Infrared (TLC5M9HQ62P3) can meet all the Governments minimum requirements. 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 and, if specified, to the Secondary 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). Details about what your company is capable of providing that meets or exceeds NIST�s minimum requirements. Whether your company is an authorized reseller of the product or service being cited and evidence of such authorization. Identify any aspects of the description of the requirements in the BACKGROUND section above that could be viewed as unduly restrictive or create unnecessary barriers that adversely affect your firm�s ability to fully participate in a procurement for such services and explain why. Please offer suggestions for how the requirements could be organized or structured to encourage the participation of small businesses. For the NAICS code 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. If your firm has existing Federal Supply Schedule contract(s) or other contracts for products or services against which the Department may be able to place orders, identify the contract number(s) and other relevant information. Describe your firm�s experience (as a prime, subcontractor, or consultant) providing the products or services described in Background section. Provide any other information that you believe would be valuable for the Government to know as part of its market research for this requirement. Please let us know if you would like to engage to get a better understanding of the requirement or need additional information about the Government�s requirement for the products or services described in the Background section. 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 by April 14, 2025. 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 The information received in response to this notice will be reviewed and considered so that the NIST may appropriately solicit for its requirements in the near future. This notice should not be construed as a commitment by the NIST to issue a solicitation or ultimately award a contract. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. This notice is not a request for a quotation. Responses will not be considered as proposals or quotations. No award will be made as a result of this notice. NIST is not responsible for any costs incurred by the respondents to this notice. NIST reserves the right to use information provided by respondents for any purpose deemed necessary and 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. Thank you for taking the time to submit a response to this request.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a272a6b43dc487199c21e3a78715369/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07422423-F 20250427/250425230046 (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.