SOURCES SOUGHT
99 -- Motorized Positioners
- Notice Date
- 12/10/2025 10:53:36 AM
- Notice Type
- Sources Sought
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NIST-SS26-CHIPS-48
- Response Due
- 12/24/2025 2:00:00 PM
- Archive Date
- 01/08/2026
- Point of Contact
- Cielo Ibarra
- E-Mail Address
-
cielo.ibarra@nist.gov
(cielo.ibarra@nist.gov)
- Description
- NIST-SS26-CHIPS-48 PLEASE NOTE THIS A SOURCES SOUGHT NOTICE ONLY Title:? Motorized positioners BACKGROUND Advanced semiconductor technology has led to continuous performance improvements in transistors. However, many iterations are needed to obtain optimal performance at millimeter wave frequencies and the yield and reproducibility is incredibly poor. Furthermore, US chip makers are ill-equipped with legacy measurement techniques and underperforming models. The National Institutes of Standards and Technology proposes a robust path to develop and verify high-frequency transistor models: 1) new on-wafer standards and calibration, 2) precision noise measurements for transistor quality assurance, 3) improved large signal characterizations, 4) optimal models tailored to a given technology, and 5) transistor model verification across frequency with key performance indicators.? NIST requires motorized linear translation stages for custom-built automated optical and RF wafer probing systems. These translation stages must have large travel ranges with 20 nm minimum movements for precision automated alignment of probing experiments. The required work provides two motorized positioners stages for wafer probing systems. These two motorized stages will be used to characterize high-frequency microelectronic devices under the CHIPS act program in the High Frequency Electronic laboratory, CTL, In Boulder CO. The minimum requirements are as follows: Line Item 0001: Description: Motorized horizontal linear translation stage Quantity: 1 Technical Specifications 75 mm travel or greater 20 nm or smaller guaranteed minimum incremental movement Linear motor drive Crossed-roller bearings Designed to be mounted with the moving platform horizontal Aluminum or steel base and moving platform Maximum centered load of 100 N or greater Integrated optical encoder for incremental or absolute closed loop positioning Optical index mark for homing M6 or M4 threaded holes for mounting probes onto moving platform Dimensions with moving platform centered should not exceed 160 x 160 x 35 mm excluding cables Powered by common (e.g., 12, 24, or 48V) DC power supply Controller, compatible with USB connection to PC, must be included Line Item 0002: Description: Motorized vertical linear translation stage Quantity: 1 Technical Specifications 20 mm travel or greater 20 nm or smaller guaranteed minimum incremental movement Linear motor drive Crossed-roller bearings Designed to be mounted with the moving platform vertical Aluminum or steel base and moving platform Integrated passive counterbalance for loads up to 15 N or greater Integrated optical encoder for incremental or absolute closed loop positioning Optical index mark for homing M6 or M4 threaded holes for mounting probes onto moving platform Dimensions with moving platform centered should not exceed 200 x 120 x 40 mm excluding cables Powered by common (e.g., 12, 24, or 48V) DC power supply Controller, compatible with USB connection to PC, must be included 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 at the bottom of 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). � Details about what your company is capable of providing that meets or exceeds NIST�s minimum requirements and its past experience with design and manufacture of magneto-resistive sensors. Any relevant past performance. � 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 o 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. o If you believe the NAICS and/or Product Service Code code listed in this notice is not the best NAICS code for the type of product addressed in this notice, identify an alternative NAICS/PSC 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 listed in this notice. Questions should be submitted so that they are received by 5:00 p.m. Eastern Time on December 12, 2025. Questions will be anonymized and answered via sources sought notice amendment following the question submission deadline. 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 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. Thank you for taking the time to submit a response to this request.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2184bb3d3ee34db6b63e4d11c1c2b4f7/view)
- Place of Performance
- Address: Gaithersburg, MD 20899, USA
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN07662594-F 20251212/251210230042 (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 |