Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 4 PM
Sources Sought
Washington District of columbia

SSTR/FDTR Thermal Property Characterization System

Details

Solicitation ID N00173-25-RFI-MF18
Posted Date 01 Jul 2025 at 4 PM
Response Date 15 Jul 2025 at 12 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Naval Research Laboratory
Agency Department Of Defense
Location Washington District of columbia United states 20375

Possible Bidders

Sign up to access Documents

Signup now

RFI Number: N00173-25-RFI-MF18

Title: SSTR/FDTR Thermal Property Characterization System

Posting Date: 07/01/2025

Response Date: 07/15//2025

Primary POC: Name: Maximilian Fritts; e-mail: [email protected]

NAICS: 334516 Analytical Laboratory Instrument Manufacturing

NOTE: THIS IS NOT A SOLICITATION OR AN INDICATION THAT A CONTRACTUAL COMMITMENT WILL EXIST AS A RESULT OF THIS RFI. This Sources Sought Notice (SSN) is in support of market research and procurement planning being conducted by the Naval Research Laboratory (NRL), Washington, DC. This SSN is for informational and planning purposes only and does not guarantee that this will be competed via SAM.GOV. The Government assumes NO financial responsibility for any costs incurred. A solicitation package is not available at this time.

Contracting Office Address: NRL, 4555 Overlook Avenue, SW, Washington, DC 20375

OBJECTIVE: The intent of this RFI is to gauge industry interest and search for potential sources capable of fulfilling a requirement for complete turnkey, automated, mapping fiber-optic based steady-state thermoreflectance (SSTR) system in accordance with the following technical requirements. The Government is currently in the planning stages for this procurement and may continue to modify the language within the requirement as necessary. These specifications do not necessarily represent the final specifications.

Technical Description: The Electromagnetics Technology Branch of the Electronics Science and Technology Division, located at the U.S. Naval Research Laboratory (NRL) in Washington, DC, has the requirement to procure a commercial, turnkey, steady-state thermorelectance system capable of measuring thin film, high thermal conductivity, and multilayer thermal conductivity. This instrument will enable NRL to measure the thermal properties of wide- and ultrawide bandgap semiconductor materials, packaging materials and integrated chip components, all of which are necessary for currently funded programs including as independent validation and verification and subject matter experts in external DARPA UWBGS program. The system should be capable of measuring thermal conductivity from 0.05 to 3000 W/mK in sub-micron thick films, with both single point measurement and mapping capabilities. Measurements should be quick (on the order of 10’s of seconds) with automated focusing and alignment of the pump-probe laser system. With these properties, the tool will provide a rapid, user friendly, high-throughput technique that will enable shorter timeframes to evaluate and optimize materials to meet the objectives of our existing and future programs.

The SSTR/FDTR Thermal Property Characterization System must consist of the following components and shall meet or exceed the following minimum specifications:

A complete turnkey, automated, mapping fiber-optic based steady-state thermoreflectance (SSTR) system capable of characterizing thin film and bulk materials should have the following specifications, as a minimum:

Thermal Property Characterization: The system should provide fiber-optic based steady-state and frequency-domain thermoreflectance dual capability. This should enable simultaneous, non-contact, non-destructive measurements of thermal conductivity, thermal resistance and heat capacity on metals, semiconductors and ceramics ranging from thin films to bulk materials. The system should be capable of measuring a range of thermal conductivities, both in-plane and cross-plane, from 0.1 to 3000 W/mK for films greater than 200nm thick. It should also be able to measure thermal boundary resistance in films as thin as 2nm.

Basic System: The basic system should be based on a two laser pump-probe set up with a pump laser wavelength of 637nm (at least120mW output power) and probe laser wavelength of 785nm (at least 50mW output power) compatible with Al transducers. It should be equipped with at least two objectives that allow multiple spot sizes between 2-10 microns.

Mapping and Heating Stage: The system should be equipped with a mapping and heating capabilities. The sample stage should have x-y travel range of at least 100 x 100 mm with a resolution of at least 100 nm. Additionally, the system should be able to heat the samples to at least 400°C to enable measurement of temperature-dependent properties.

Automation: The system should be fully automated for turn-key data collection of points and maps. This automation should enable multi-sample batch testing for up to 10, 1cm2 samples. Fully automation should, include: focusing with an automated z-stage and algorithm in software to determine the focal point at different spots/samples; sample alignment for small angle corrections of < 2 degrees; switching between at least two objectives (thus two spot sizes); and sample testing routines for precise and repeatable measurements with in 2% variation.

Computer/Software: This should be loaded with Microsoft Windows 11™ and a licensed SSTR acquisition and analysis software compatible with hardware to enable full automation. An additional data system licence for off-line data processing must be included.

System Form and Footprint: The overall footprint of the entire system should be less than 2ft x 2ft x 6ft. The system should be turn key with all electronics and components included within the footprint of the system. The system should be compatible with either 110 or 220V input power.

Installation, Training and Warranty: The system shall include all installation, labor and materials. The vendor will supply the facilities requirements prior to the system delivery to ensure that all electrical, HVAC, and other needs are met prior to personnel showing up to install the system. Acceptance testing demonstrating successful operation of all functions and automation will be conducted on-site during installation. A training session for at least 3 people should be included and cover all major functions of the system. A warranty covering all parts and labor for at least 12 months must also be included.

Service Contract: A service contract that includes at least one preventative maintenance visit and all system, safety and software updates during the agreement year. The terms of this contract should cover basic parts servicing, software and troubleshooting with an option for on-site servicing for at least a 12 month period.

CONTRACTOR RESPONSE FORMAT: Interested parties, at a minimum, shall supply all of the below required information in a Capability Statement. (Reference RFI N00173-25-RFI-MF18 in your response)

  1. CONTACT INFORMATION:

  1.  Company Name and Address
  2.  Point of Contact for questions/clarification
  3.  Telephone Number and e-mail address
  4.  DUNS Number, CAGE Code
  5.  PSC Code of the proposed solution (SEE https://psctool.us)
  6.  Business Size/Socioeconomic Categories

  1. TECHNICAL INFORMATION:

a) List of capabilities/resources relevant to the above specification list.

  1. COMMERCIALITY OF PROPOSED ITEM

a) Whether item(s) offered/proposed is a commercial item and is customarily used by the general public or non-government entities for the other than Government purposes.

b) Whether the item has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item.

  1. PRODUCT DESCRIPTION
    a) Provide a description of how the proposed product will meet or exceed each of the specifications as it is anticipated that ultimate evaluation will be lowest priced technically acceptable and a go/no go basis.


b) Provide a product brochure and highlight the areas that meet or exceed specifications.

ADDITIONAL REQUIREMENT DETAILS:

Responses should be no more than 10 pages.

PLACE OF PERFORMANCE: NRL-DC and Contractor Facility

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 15 Jul 2025 at 4 AM

Similar Awards

Washington District of columbia 05 May 2010 at 6 PM
Force Pennsylvania 02 Dec 2010 at 4 PM
New hampshire Not Specified
Washington District of columbia Not Specified
Location Unknown 09 Jun 2005 at 5 AM