SOURCES SOUGHT
66 -- Combined Sources Sought Notice and Notice of Intent to Sole Source for Sparce Scanning Device
- Notice Date
- 12/4/2025 6:59:18 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-SS26-CHIPS-31
- Response Due
- 12/18/2025 7:00:00 AM
- Archive Date
- 01/02/2026
- Point of Contact
- Nina Lin, Tracy Retterer
- E-Mail Address
-
nina.lin@nist.gov, Tracy.retterer@nist.gov
(nina.lin@nist.gov, Tracy.retterer@nist.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- ***THIS IS A COMBINED SOURCES SOUGHT NOTICE AND NOTICE OF INTENT TO SOLE SOURCE*** The purpose of this sources sought notice is to conduct market research and identify potential sources of commercial products/services that satisfy the Government�s anticipated needs. If no alternate sources are identified, the Government intends to issue a Sole Source Award to Panoscientific, LLC, 4425 Seneca Ave, Cocoa, FL 32926, US, under the authority of FAR 13.106-1(b)(1)(i). The North American Industry Classification System (NAICS) code for this acquisition is 334516, Analytical Laboratory Instrument Manufacturing. BACKGROUND The NIST Physical Measurement Laboratory (PML), Microsystems and Nanotechnology Division (MND), CHIPS R&D Program (https://www.nist.gov/chips/metrology-community) as part of the CHIPS Act activities (Grand Challenge 5: Modeling and Simulating Semiconductor Manufacturing Processes), is now developing imaging and measurement solutions for integrated circuit (IC) overlay metrology using a scanning electron microscope (SEM). IC production relies on measurements of the 3D size, shape, and placement of structures with atomic-level precision and repeatability. The project, titled �SEM Overlay Metrology Based on Physics Model and Artificial Intelligence,� will create a sound scientific foundation and comprehensive solutions for SEM-based overlay and dimensional metrology superior to currently used arbitrary methods. This will allow the design of overlay patterns, acquisition, and image analysis to be optimized entirely through artificial intelligence, physics-based simulation, and modeling and meet IC production requirements now and in the future. For this work, samples that contain patterns used for overlay measurements and relevant to current IC technologies are indispensable. The NIST MND requires special hardware, a so-called compressed sensing scan generator suitable for SEM-based measurements of IC overlay structures to acquire images significantly faster than traditional full-frame scanning. This can be achieved by finding the area of interest in the field of view and generating images. The compressed sensing scan generator solution must be able to acquire images of the whole field of view very quickly, compensate for the inherent noise with inpainting, denoising, and other image processing algorithms, identify the area of interest, and acquire the final image pixels with the necessary signal-to-noise ratio. This can only be done efficiently with the use of artificial intelligence (AI) that automatically optimizes the image acquisition process. 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: Line Item 0001: Compressed sensing scan generator Quantity: 1 Technical Specifications: Minimum 2, 16-bit resolution, 50 MHz DA converters for the X and Y scan generation hardware to control the deflection of the primary electron beam Capability to drive and control the NIST D400 Helios SEM sample stage Minimum 4, 12-bit, 50MHz AD converters for image acquisition. These must be able to work in differential detection, i.e., common mode noise suppression mode. The ability to synchronize the image acquisition with an external signal, e.g., 60 Hz, is advantageous. The compressed sensing scan patterns shall be controlled by digital computer instructions, either with preset or automatically optimized varying control. The reconstruction of the sparse scanned image for finding the area of interest in the field of view must be faster than 5 seconds. A scan distortion correction solution must be implemented to achieve high geometry fidelity in the acquired images. At least one image processing algorithm for improving image sharpness must be implemented to achieve high spatial resolution in the acquired images. The compressed sensing scan generator must have its own graphical user interface that is running on a Windows 11 PC to ensure its performance and usability. Option Line Item 0002: Scan distortion correction for high-accuracy images Quantity: 1 Technical Specifications: Quantifiable at least 5 % improvement in the affine image geometry distortions of the parse SEM image at 10 mm horizontal field width images with the 1 mm by 1 mm grid structure sample of the NIST pattern integrated circuit. Generation of the distortion (pixel displacement) matrix for measurements of time-variant scan distortions Option Line Item 0003: Point spread function deconvolution software Quantity: 1 Technical Specifications Quantifiable at least 5 % improvement in the image sharpness of the parse SEM image at 10 mm horizontal field width images of gold-on-carbon resolution sample supplied by NIST. Generation of time-dependent resolution and distortion data for sparse image sharpness measurements using FEI/ThermoFisher Image software NIST conducted market research from February through December 2025 by performing internet searches, reviewing product literature, and speaking with vendors to determine what sources could meet NIST�s minimum requirements. The results of that market research revealed that only Panoscientific, LLC (UEI: V62THLURW7D1) appears to be capable of meeting NIST�s 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). Identify the equipment that your company sells that can meet the objectives addressed in the BACKGROUND section of this notice. For each product recommended to meet the Government�s requirement, provide the following: Manufacturer name Model number Technical specifications If your company is not the manufacturer, provide information on your company�s status as an authorized reseller of the product(s) Describe performance capabilities of the product(s) your company recommends to meet the Government�s requirements. Additionally, if there are other features or functions that you believe would assist NIST in meeting its objectives described above, please discuss in your response. 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. Identify any aspects of the NIST market research notice, including instructions, and draft minimum specifications in the BACKGROUND section you cannot meet and state why. Please offer suggestions for how the market research notice and draft minimum specifications could be made more competitive. State whether the proposed 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, including timeline. 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 recommended 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 recommended equipment at its delivery destination, if required per the NIST-identified minimum specifications, and provide description of said 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 in inspecting the intended installation site during the market research phase. State published price, discount, or rebate arrangements for recommended equipment and/or provide link to access company�s published prices for equipment and services. If the recommended 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 to place orders, identify the contract number(s) and other relevant information. Identify any customers in the public or private sectors to which you provided the recommended 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. 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 5 calendar days prior to the response date. 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 This notice is for market research purposes and should not be construed as a commitment by NIST to issue a solicitation or ultimately award a contract. There is no solicitation available at this time. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. NIST reserves the right to use information provided by respondents for any purpose deemed necessary and legally 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. After a review of the responses received, a synopsis and solicitation may be published on GSA�s eBuy or SAM.gov. However, responses to this notice will not be considered an adequate response to any such solicitation(s). The responses shall not exceed 10 pages including all attachments, charts, etc. Thank you for taking the time to submit a response to this request!
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/21bc681db92b42aa9d5752e04376a32d/view)
- Place of Performance
- Address: Gaithersburg, MD 20878, USA
- Zip Code: 20878
- Country: USA
- Zip Code: 20878
- Record
- SN07658219-F 20251206/251204230040 (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 |