Ghz Motorized Positioners
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Institute of Standards and Technology (NIST), under the Department of Commerce, has issued an unrestricted combined synopsis/solicitation (RFQ) for GHz Motorized Positioners. This opportunity seeks two specialized motorized linear translation stages for wafer probing systems at NIST's Boulder, CO facility, supporting the CHIPS Act program. Quotations are due by February 20, 2026, at 5:00 PM ET.
Scope of Work
NIST requires the provision of two new motorized linear translation stages, complete with original documentation and software:
- Motorized Horizontal Linear Translation Stage (CLIN 0001): Must have 75 mm+ travel, 20 nm or smaller incremental movement, linear motor drive, crossed-roller bearings, 100 N+ max centered load, integrated optical encoder, and specific dimensions (max 160 x 160 x 35 mm).
- Motorized Vertical Linear Translation Stage (CLIN 0002): Must have 20 mm+ travel, 20 nm or smaller incremental movement, linear motor drive, crossed-roller bearings, integrated passive counterbalance for 15 N+ loads, integrated optical encoder, and specific dimensions (max 200 x 120 x 40 mm). Both stages require a compatible controller with USB PC connection and common DC power supply.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order (PO).
- Acquisition Type: Unrestricted.
- NAICS Code: 334516 (Analytical Laboratory Instrument Manufacturing) with a 1,000-employee size standard.
- Place of Performance: NIST Boulder, Building 81-1E121, 325 Broadway, Boulder, Colorado, 80305.
- Period of Performance: Approximately 12 weeks After Receipt of Order (ARO).
- Special Requirements: Minimum 3-year warranty, 100% payment upon successful installation and acceptance, and compliance with NIST's cybersecurity and privacy requirements (including system security plan, secure configuration, access controls, vulnerability scanning, auditing, incident response, and FIPS 140-2/140-3 validated encryption for SPII).
Submission & Evaluation
- Submission Deadline: February 20, 2026, at 5:00 PM Eastern Time.
- Submission Method: Electronic quotations via email to Cielo.ibarra@nist.gov and forest.crumpler@nist.gov, referencing the RFQ number in the subject line.
- Quotation Structure: Must be clearly written, indexed, and logically assembled into three volumes:
- Volume I: Technical Quotation (addressing technical approach, capability, and demonstrated authority, citing SOW paragraphs).
- Volume II: Price Quotation (firm-fixed-price for each CLIN, including shipping, valid for 90 days).
- Volume III: Terms and Conditions (completing required information from Attachment #2).
- Evaluation Criteria: Award will be made to the responsible offeror proposing the lowest price that is technically acceptable. The government reserves the right to award without discussions.
- Questions: Written questions must be submitted to the specified email addresses no later than 2 calendar days after solicitation issuance (February 15, 2026).
- Eligibility: Offerors must have an ACTIVE registration in SAM.gov at the time of quotation submission, award, performance, and final payment.
Key Clauses & Compliance
Bidders must review "Attachment 2 - Clauses," which incorporates numerous FAR and NIST clauses, many with "DEVIATION JAN 2026." This document provides full text for FAR 52.212-4 (Terms and Conditions for Commercial Items) and NIST local clauses for electronic billing. Offerors are required to provide representations and certifications related to trade, security prohibitions, and business operations.