Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2025 SAM #8494
SPECIAL NOTICE

66 -- Combined Sources Sought/Notice of Intent to limit to brand name: Keysight Vector Signal Generator

Notice Date
2/26/2025 6:10:47 AM
 
Notice Type
Special Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
AMD-SS25-22
 
Response Due
3/11/2025 8:00:00 AM
 
Archive Date
03/26/2025
 
Point of Contact
Joni L. Laster, Phone: 3019756205, Forest Crumpler
 
E-Mail Address
joni.laster@nist.gov, forest.crumpler@nist.gov
(joni.laster@nist.gov, forest.crumpler@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), Physical Measurement Laboratory (PML), Nanoscale Device Characterization Division (NDCD), Nanoscale Process and Measurements Group (NPMG), requires a Vector Signal Generator (VSG) for performing electron spin resonance (ESR) experiments with an ultra-high vacuum (UHV) scanning probe system (SPM). Measuring and manipulating the quantum state properties of electron spin systems is a critical part of the NPMG mission in quantum information science. To fulfill this requirement, NPMG requires a programmable microwave signal generator that will provide the necessary approximately 1-40 GHz microwave magnetic field to induce ESR transitions. Extensive market research performed has identified only one brand/model (Keysight E8267D) that is capable of meeting all the requirements. This generator is critical for achieving program goals in developing new quantum related measurements and creating new ways of detecting and manipulating quantum computing qbits to reach PML milestones in quantum information science. An identical Keysight Model E8267D PSG Vector Signal Generator that is interchangeable with an existing unit is required for several important reasons. An identical unit is required so that extensive NIST developed software can run without modification on the new unit saving the Government money in developing new software, 2. New experiments can be compared with data from the existing unit and be sure that all signal, noise, and RF signal generation is the same for standards data analysis and comparison. 3. A back up unit is required in the event that one unit fails so that they can be quickly interchanged and keep mission critical experiments running. NIST is seeking information from sources that may be capable of providing a commercial item solution, for a VSG that meets or exceeds the following specifications identified herein. 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 are not authorized for sale in the U.S. by the Contractor is not acceptable. All line items shall be shipped in the original manufacturer�s packaging and include all original documentation and software, when applicable. A. Required Options: 1. Standard connector ( 2.4 mm ) 2. Standard front and rear panel connector configuration 3. Standard adapter set, 2.4mm F-F and 2.4 mm F - 2.9mm F 4. R-55A-001-3 KeysightCare Assured - Extend to 3 years (includes Return to Keysight Extended Warranty) 5. E8267D-544 Frequency range from 250 kHz to 44 GHz 6. E8267D-UNY Enhanced ultra low phase noise 7. E8267D-UNT AM, FM, phase modulation, and LF output 8. E8267D-UNW Narrow pulse modulation 9. E8267D-009 Removable flash memory 10. E8267D-602 Internal baseband generator, 64 MSa memory 11. E8267D-007 Analog ramp sweep 12. E8267D-016 Wideband differential external I/Q inuts 13. E8267D-SP2 Provides dynamic sequencing capability in the E8267D B. Technical Specifications: 1. Shall be capable of vector I/Q modulation capability, with I/Q adjustments of offset, attenuation, gain balance, quadrature skew, and low pass filter. 2. Output frequency range shall be at least between 250 kHz to 44 GHz. 3. Output frequency shall be adjustable with a resolution of at least 0.001 Hz in continuous wave mode. 4. Output power range shall be between at least -130 dBm to +21 dBm at 1GHz 5. Output power shall be adjustable with a resolution of at least .01 dBm. 6. Shall be capable of sweeping frequency and amplitude, simultaneously and independently. Shall be capable of both digital sweep (step) or a user defined list sweep. Shall be capable of sweeping over entire frequency range. 7. Shall be capable of fully synthesized continuous analog frequency and power sweeps, including swept two-tone testing, manual sweep, and alternating successive sweeps between current and stored states. 8. Shall have an internal baseband generator with arbitrary waveform mode with 2 channels with a resolution of at least 16 bits and at least 64 megasamples per channel waveform memory. 9. Level accuracy across frequencies shall be 1 dB or better. 10. Output impedance shall be 50 Ohms. 11. Shall have a standing wave ratio (SWR) of 1.8:1 or better at 20 GHz and higher. 12. Spectral Purity at 10 GHz shall be -55 DBc or better. 13. The instrument shall have a phase noise better than or equal to -133 dBc/Hz at 1 GHz and -102 dBc/Hz at 44 Ghz with carrier offset of 10 kHz. 14. The instrument shall provide two independent signals for use with amplitude modulation, frequency modulation, and phase modulation with waveforms including sine, square, positive ramp, negative ramp, triangle, Gaussian noise, and uniform noise. 15. Shall have the capability of dynamic sequencing to jump to any of 256 pre-defined arbitrary generated waveform within 80 MHz of bandwidth with 10 ns maximum switching time. 16. Instrument shall have interfaces for GPIB, RS-232, and 10BaseT LAN. 17. Instrument must have the ability to accept an external 10 MHz reference and have an output for its own internal 10 MHZ reference. If no other brand/model number is identified in response to this sources sought/notice of intent to justify only one particular brand/model meeting NIST�s requirements, NIST intends to proceed with a brand name only procurement. HOW TO RESPOND TO THIS NOTICE In responding to this notice, please DO NOT PROVIDE PROPRIETARY INFORRMATION. 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 specialist listed in this notice as soon as possible, and preferably before the closing date and time of this notice. 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). Identify laboratory equipment that your company sells that is of the nature addressed in the BACKGROUND section of this notice. Include brand name, make, model, and/or other distinguishing information. State if your company is the manufacturer of the identified equipment or is a retailer or wholesaler that normally sells the identified equipment. If the latter, indicate whether the manufacturer authorized in writing for your company to sell the identified equipment on behalf of the manufacturer. Describe performance capabilities and relevant or beneficial physical and functional features for any equipment you identified to satisfy the NIST-identified minimum specifications described in this notice. Identify any aspects of the NIST market research notice, including instructions, and draft minimum specifications in the BACKGROUND section above that could be viewed as unduly restrictive or contain unnecessary barriers that adversely affect your ability to fully participate and indicate why. In such a scenario, please offer suggestions for how the market research notice and draft minimum specifications could be made more inclusive and competitive. Discuss whether the equipment that your company sells and which you describe in your response to this notice may be customized to specifications and indicate any limits to customization. For the NAICS code listed in this notice: 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. Describe services that are available with the purchase of the aforementioned equipment from your company such as installation, training, and equipment maintenance. Describe standard terms and conditions of sale offered by your company for the aforementioned equipment such as: delivery time after your company accepts the order; FOB shipping terms: manufacturer warranty (including details regarding nature and duration); if available, description(s) of available extended warranty; equipment setup and test; operator and service instruction manual(s); cleanup after installation; and if applicable, other offered services. Provide a copy of manufacturer standard terms and conditions that typically relate to the sale of the specified equipment, if available. State whether your company offers facility renovation services related to installation of the aforementioned equipment at its delivery destination, if required per the NIST-identified minimum specifications, and provide description of services. Indicate if your company performs the facility renovation services or typically subcontracts the work to another company. Indicate if your company would be interested inspecting the intended installation site during the market research phase. State published price, discount or rebate arrangements for aforementioned equipment and/or provide link to access company�s published prices for equipment and services. State whether the aforementioned equipment is manufactured in the United States and, if not, state the name of the country where the equipment is manufactured. Identify any plans/possibilities for changes in manufacturing location of the aforementioned equipment and provide relevant details. If the aforementioned equipment and related services are available for purchase on any existing Federal Supply Schedule contract(s) or other contracts against which NIST may be able place orders, identify the contract number(s) and other relevant information. Identify any customers in the public or private sectors in which you provided the aforementioned or similar equipment. Include customer(s) information: company name, phone number, point of contact, email address. Provide any other information that you believe would be valuable for NIST to know as part of its market research for this requirement. State if you require NIST to provide additional information to improve your understanding of the government�s requirement and/or would like to meet with NIST representatives to discuss the requirement and the capabilities of the identified equipment. IMPORTANT NOTES The information received in response to this notice will be reviewed and considered so that NIST may appropriately solicit for its requirements in the near future. This notice should not be construed as a commitment by NIST to issue a solicitation or ultimately award a contract. 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. Thank you for taking the time to submit a response to this request!
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ea56b1dce48c4791a9a32afd390ed900/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07354037-F 20250228/250226230037 (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.