Skip to content
Department of Commerce

Notice of Intent to Sole Source Physical Property Measurement System Service

Solicitation: NB686010-26-00767
Notice ID: 6e4cb436eb994a35ab79d2b9418c3545
TypeSpecial NoticeNAICS 334516PSC6640DepartmentDepartment of CommerceAgencyNational Institute Of Standards And TechnologyStateCOPostedMar 16, 2026, 12:00 AM UTCDueMar 23, 2026, 04:00 PM UTCCloses in 8 days

Special Notice from NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY • COMMERCE, DEPARTMENT OF. Place of performance: CO. Response deadline: Mar 23, 2026. Industry: NAICS 334516 • PSC 6640.

Market snapshot

Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.

12-month awarded value
$10,685,021
Sector total $24,340,919,447 • Share 0.0%
Live
Median
$54,510
P10–P90
$21,800$514,287
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+152%($4,616,882)
Deal sizing
$54,510 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CO
Live POP
Place of performance
Boulder, Colorado • 80305 United States
State: CO
Contracting office
US

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CO20260026 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Park
Rate
CARPENTER (Acoustical Ceiling Installation and Drywall Hanging Only)
Base $35.09Fringe $13.84
Rate
MILLWRIGHT
Base $42.10Fringe $19.02
+31 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 31 more rate previews.
Davis-BaconBest fitstate match
CO20260026 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Park
Rate
CARPENTER (Acoustical Ceiling Installation and Drywall Hanging Only)
Base $35.09Fringe $13.84
Rate
MILLWRIGHT
Base $42.10Fringe $19.02
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $46.80Fringe $19.53
+30 more occupation rates in this WD
Davis-Baconstate match
CO20260001 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Alamosa, Archuleta, Baca +44
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems
Base $36.98Fringe $16.82
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $36.60Fringe $11.83
Rate
BRICKLAYER
Base $32.93Fringe $14.29
+25 more occupation rates in this WD
Davis-Baconstate match
CO20260028 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Teller
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $36.98Fringe $16.82
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $40.70Fringe $18.47
Rate
ELEVATOR MECHANIC
Base $56.57Fringe $38.43
+25 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
de Ionne Jones
Email
deionne.jones@nist.gov
Phone
Not available

Agency & Office

Department
COMMERCE, DEPARTMENT OF
Agency
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY
Subagency
Not available
Office
Not available
Contracting Office Address
US

More in NAICS 334516

Description

The National Institute of Standards and Technology (NIST) Acquisition Management Division intends to negotiate with Quantum Design, Inc., located in San Diego, CA, on a sole source basis under the authority of FAR Subpart 13.106-1(b), soliciting from a single source, for physical property measurement system services.

Specific Requirements are as follows:

Cryocooler maintenance is required for the Quantum Design USA Dynacool system (rm 1-3325). The system is used to validate and verify material properties of devices made in the Boulder microfabrication facility (Faint Photonics: verify transition temperatures of superconductors and evaluate single photon detectors; Sources and Detectors: verify operation of superconductors). Timely maintenance is required so that projects in these groups will not be stalled. Maintenance of the QDUSA system must be performed by the vendor. This maintenance is meant to restore the cooling power of the cryocooler by exchanging it for a refurbished unit.

NAICS Code is 334516 –Analytical Laboratory Instrument Manufacturing, with a Size Standard of 1,000 employees. NIST anticipates negotiating and awarding a firm-fixed-price purchase order to Quantum Design, Inc.for this requirement.

Interested parties that can demonstrate they could satisfy the requirement listed above for NIST must clearly and unambiguously identify their capability to do so in writing on or before the response date for this notice. This notice of intent is not a solicitation. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this acquisition. If competitive procedures are not used it is estimated that an award will be issued by April 15, 2026. Any questions regarding this notice must be submitted in writing via email to deionne.jones@nist.gov. All responses to this notice of intent must be submitted to deionne.jones@nist.gov no later than the date and time provided herein this posting.

JUSTIFICATION FOR OTHER THAN FULL AN OPEN COMPETITION:

Timely maintenance is required so that projects in these groups will not be stalled. Maintenance of the QDUSA system must be performed by the vendor. This maintenance is meant to restore the cooling power of the cryocooler by exchanging it for a refurbished unit. There are no other 3rd party vendors that can provide this service.

The National Institute of Standards and Technology (NIST) Acquisition Management Division intends to negotiate with Quantum Design, Inc., located in San Diego, CA, on a sole source basis under the authority of FAR Subpart 13.106-1(b), soliciting from a single source, for physical property measurement system services.

Specific Requirements are as follows:

Cryocooler maintenance is required for the Quantum Design USA Dynacool system (rm 1-3325). The system is used to validate and verify material properties of devices made in the Boulder microfabrication facility (Faint Photonics: verify transition temperatures of superconductors and evaluate single photon detectors; Sources and Detectors: verify operation of superconductors). Timely maintenance is required so that projects in these groups will not be stalled. Maintenance of the QDUSA system must be performed by the vendor. This maintenance is meant to restore the cooling power of the cryocooler by exchanging it for a refurbished unit.

NAICS Code is 334516 –Analytical Laboratory Instrument Manufacturing, with a Size Standard of 1,000 employees. NIST anticipates negotiating and awarding a firm-fixed-price purchase order to Quantum Design, Inc.for this requirement.

Interested parties that can demonstrate they could satisfy the requirement listed above for NIST must clearly and unambiguously identify their capability to do so in writing on or before the response date for this notice. This notice of intent is not a solicitation. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this acquisition. If competitive procedures are not used it is estimated that an award will be issued by April 15, 2026. Any questions regarding this notice must be submitted in writing via email to deionne.jones@nist.gov. All responses to this notice of intent must be submitted to deionne.jones@nist.gov no later than the date and time provided herein this posting.

JUSTIFICATION FOR OTHER THAN FULL AN OPEN COMPETITION:

Timely maintenance is required so that projects in these groups will not be stalled. Maintenance of the QDUSA system must be performed by the vendor. This maintenance is meant to restore the cooling power of the cryocooler by exchanging it for a refurbished unit. There are no other 3rd party vendors that can provide this service.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.