Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2025 SAM #8672
SPECIAL NOTICE

66 -- Scanning electron microscope

Notice Date
8/22/2025 11:28:28 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860125Q0168
 
Response Due
8/29/2025 10:00:00 AM
 
Archive Date
09/13/2025
 
Point of Contact
Amanda Hoyng, Phone: 9376567507, Matthew Shofner
 
E-Mail Address
amanda.hoyng@us.af.mil, matthew.shofner.1@us.af.mil
(amanda.hoyng@us.af.mil, matthew.shofner.1@us.af.mil)
 
Description
The Air Force Life Cycle Management Center, Base Support Branch (AFLCMC/PZIBB) at Wright-Patterson Air Force Base (WPAFB), OH intends to award a sole source contract to: NANOSCIENCE INSTUMENTS INC. 10008 S 51ST ST PHOENIX, ARIZONA 85044-5223 This requirement is for the following: CLIN Item Quantity CLIN 0001 Table Mounted Scanning Electron Microscope and required accessories 1 Each CLIN 0002 Installation/Setup/Qualification 1 Each CLIN 0003 On-Site Training 1 Each The contract will be a Firm Fixed Price (FFP) Commercial Purchase Order and carried out as a sole source action (not competitively awarded). The statutory authority which permits other than full and open competition for this acquisition is 10 United States Code (USC) 2304 (c) (1), as implemented by FAR 13.106-1(b). This authority is supported by an approved Single Source Justification (See Attachment 2). The applicable NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. This NAICS code has a small business size standard of 1,000 employees. The Aerospace Fuels Laboratory (AFPET/PTPLH) located at Cape Canaveral Space Force Station requires one (1) desktop scanning electron microscope, with energy dispersive spectrometer, and secondary electron detector configured for automated analysis. Four (4) of the standard 47 mm filter membranes represent the analysis of failing filters from the prime and backup sample - each failure is confirmed with a retest, which would result in 4 filters for a single sample. Automation capability allows for analyzation of these filters unattended overnight � saving over 800-man hours that can be efficiently used elsewhere. to minimize costs and maximize mission reliability, a cerium or lanthanum source is required. Replacing tungsten filaments, the alternative, carries a significant burden. Tungsten filaments typically last only 100 hours, often reduced to approximately 80 hours under our higher operating voltages. Their abrupt failure results in a complete signal loss, demanding immediate and disruptive action. This translates to 10 or more filament replacements per year, frequently impacting priority mission samples and causing delays that can compromise launch schedules and increase government operational costs. Replacing these filaments is a complex procedure, requiring system cooling, vacuum release, filament installation, vacuum re-establishment, heating, and alignment verification � often involving multiple iterations. Cerium/lanthanum sources, however, offer a significantly extended lifespan of over 1500 hours, requiring replacement only every two years or longer. Critically, their gradual degradation allows continued instrument operation even with diminished signal strength. Integrating source inspection into annual preventive maintenance allows for scheduled replacements that avoid disrupting mission-critical activities. THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. No solicitation package will be issued. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action 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 conducting a competitive procurement is in the best interest of the Government. All responses received by 29August 2025 @ 1100 will be considered by the Government. This notice is not a request for competitive proposals/quotes. Responses and questions shall be submitted via email to amanda.hoyng@us.af.mil and bryson.pennie@us.af.mil. Attachments: Statement of Work Single Source Justification_ Redacted
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f9c580e998f403d933a397415b24fb6/view)
 
Place of Performance
Address: Melbourne, FL 32935, USA
Zip Code: 32935
Country: USA
 
Record
SN07562656-F 20250824/250822230039 (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.