Cross-Beam RGA for MBE (Molecular Beam Epitaxy)
ID: N00173-24-Q-1301180854Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Ground or Treated Mineral and Earth Manufacturing (327992)

PSC

MINERALS, NATURAL AND SYNTHETIC (9620)
Timeline
    Description

    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Cross Beam RGA for Molecular Beam Epitaxy (MBE) to American GMG, Inc. of Union City, California. This procurement is essential for advanced scientific processes, particularly in semiconductor technologies, and involves high-purity materials such as Scandium and Boron, which are critical for MBE applications. Interested parties may express their capability to meet this requirement, but the government reserves the right to proceed with the sole source award based on its discretion. For further inquiries, contact Ashley Grimes at ashley.n.grimes6.civ@us.navy.mil or call 202-875-9579, referencing Notice of Intent number N00173-24-Q-1301180854.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a schedule of supplies for materials required for Molecular Beam Epitaxy (MBE) applications, specifically Scandium and Boron. The primary focus is on two line items detailing their specifications, quantities, pricing, and packaging. For Scandium 5N (Sc), 100 grams of high-purity (99.999%) material is needed, priced at $175.95 per gram, packaged in vacuum-sealed bags and bottles filled with Argon. In the case of Boron 6N (B), several quantity options (50g, 70g, 100g) are available, each with tiered pricing: $185.95/gram for 50g, $175.95/gram for 75g, and $165.95/gram for 100g, all packaged in a vacuum-sealed format. The materials are designated for MBE applications, with specific references to the part numbers for easy identification. This schedule indicates a request for proposals or supply agreements to procure essential materials for advanced scientific processes, reflecting the government's role in supporting research and development in semiconductor technologies.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Effusion Cell for MBE 21T
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source purchase order to RIBER, INC for an Effusion Cell for MBE 21T. This procurement is for a semiconductor device and associated hardware used by the Naval Research Laboratory (NRL). The Effusion Cell is a critical component for Molecular Beam Epitaxy (MBE) systems, which are used in the fabrication of semiconductor materials and devices. The Effusion Cell is responsible for the controlled evaporation of source materials during the MBE process. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The primary contact for this procurement is James Chappell, email: james.chappell@nrl.navy.mil. Please reference the Notice of Intent number, N00173-24-Q-1301103552, in any correspondence.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    Notice of Intent to Sole Source for Nuclear Magnetic Resonance System Maintenance & Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the maintenance and repair of Bruker Biospin Analytical Systems and Parts. This procurement is essential for ensuring the operational efficiency of the Edgewood Combat Capabilities Development Command Chemical Biological Center, which relies on these specialized systems for its analytical capabilities. The Government plans to award a Firm-Fixed Price contract to Bruker Biospin Corp, with a response deadline for interested parties set for 8:00 am EST on September 20, 2024. For inquiries, contact Julius Wood at julius.a.wood.civ@army.mil.
    TESCAN SEM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to issue a Sole Source Purchase Order for a TESCAN FESEM, a high-resolution, automated Shottky field emission scanning electron microscope. The procurement aims to acquire advanced imaging technology that includes variable pressure capabilities, ultra-high resolution scanning, and a motorized four-axis stage, along with necessary installation and training services. This equipment is crucial for enhancing research in materials science and technology, ensuring seamless integration with existing instruments. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the response date of September 20, 2024, although no competitive proposals will be solicited.
    SINGLE TILT TEM HOLDER
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for a specialized Air Free Transfer, High-Throughput, Single Tilt, Transmission Electron Microscope (TEM) Holder for the JEOL F200. This procurement is critical for enhancing the laboratory's capabilities in analytical research, as the TEM holder is essential for conducting high-resolution imaging and analysis in various scientific applications. The purchase will be made under Simplified Acquisition Procedures, with a threshold not exceeding $250,000, and interested parties have 15 calendar days from the publication of this notice to express their interest and capability. For further inquiries, Richard Key can be contacted via email at richard.a.key2.civ@us.navy.mil.
    Replacement Veeco Ozone Generator
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Veeco Ozone Replacement Generator. This procurement specifically requires the assembly of a high-output ozone generator, along with associated freight costs, to support environmental or operational needs within governmental projects. The selected supplier, Veeco Process Equipment, Inc., will provide essential equipment that is crucial for enhancing air quality and meeting technical requirements. Interested parties may express their capability to respond to this requirement by contacting Ashley Grimes at ashley.n.grimes6.civ@us.navy.mil or by phone at 202-875-9579, referencing Notice of Intent number N00173-24-Q-1301193388. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b) for purchases not exceeding $250,000.
    TUNABLE QUANTUM MID-IR CASCADE LASER SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract to Daylight Solutions Inc. for the procurement of a Tunable Quantum Mid-IR Cascade Laser System. This specialized equipment is critical for advanced measurement and control applications within the laboratory's research initiatives. The procurement will be conducted under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have 15 calendar days from the publication of this notice to express their interest and capability to compete. For further inquiries, Richard Key can be contacted via email at richard.a.key2.civ@us.navy.mil.
    Notice of Intent to Sole Source Continuously Tunable Ultrashort Pulsed Laser
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer Research and Development Center's Geospatial Research Laboratory (GRL), intends to procure a Continuously Tunable Ultrashort Pulsed Laser from Coherent, Inc. on a sole source basis for the ELS3D project. The laser must meet stringent specifications, including a tunability range of 600 nm to 2600 nm, pulse width of less than 1 picosecond, and the capability for future modular expansions to achieve wavelengths from 210 nm to 16 microns. This advanced laser system is critical for enhancing the GRL's experimental capabilities in photonics, ensuring high efficiency and performance. Interested vendors are invited to submit capability statements by September 20, 2024, to Anna Crawford at Anna.Crawford@usace.army.mil, as this notice is not a request for competitive proposals.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    Notice of Intent to Sole Source Custom Sensor with Custom Filters
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source purchase order to AVNET in Orlando, FL, for the procurement of customized filter sourcing packaged in TO-39 four channel pyroelectric detectors (Pyreos MK2 format). This procurement will consist of 10 units and is aligned with the North American Industry Classification System Code 334413 and the Federal Supply Code 3670, utilizing Simplified Acquisition Procedures under FAR Part 13.106-1(b) due to the total cost being under the simplified acquisition threshold of $250,000. While this notice does not solicit competitive proposals, interested parties may express their capabilities, although competition will be at the government's discretion, and no reimbursements for response costs will be provided. For further inquiries, interested parties can contact Carrie Cawley at carrie.a.cawley.civ@us.navy.mil or Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil.