Germanium (GE) Wafer Storage and Rotation
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 Defense Logistics Agency (DLA) Strategic Materials is soliciting proposals for Germanium (GE) Wafer Storage and Rotation services. This is a Combined Synopsis/Solicitation for a long-term Indefinite Delivery Indefinite Quantity (ID/IQ) contract with firm-fixed prices for delivery orders. The acquisition is conducted under Full and Open Competition. The contract will cover the storage of unfinished 100mm and 150mm GE wafers, with the potential for rotation (reprocessing) of 100mm wafers into 150mm wafers. Proposals are due April 24, 2026, by 5:00 PM EST.
Scope of Work
The contractor will be responsible for storing Government-owned unfinished germanium epitaxial ready wafers at their own facilities. This includes providing all necessary labor, supervision, facilities, and equipment. Key tasks involve managing the inventory, ensuring proper storage conditions (temperature 5-38°C, RH < 85%), and protecting wafers against loss or damage. The Government will provide the existing wafer inventory as Government Furnished Material (GFM). Additionally, the contract may include the rotation or reprocessing of 100mm wafers into 150mm wafers, with specific quantity and quality requirements. Wafers are used as substrates for photovoltaic solar cells in National Security Space (NSS) applications.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (ID/IQ), Firm-Fixed Price for delivery orders.
- Period of Performance: One (1) twelve-month base period, plus four (4) twelve-month option periods, totaling five years (July 1, 2026, to June 30, 2031).
- Estimated Value: $719,089.04 (Maximum TBD upon award).
- Set-Aside: Full and Open Competition / Unrestricted.
- NAICS Code: 334413 (Semiconductor and Related Device Manufacturing), Size Standard 1250 Employees.
- Place of Performance: Contractor-owned and Contractor-managed facilities.
Submission & Evaluation
- Proposal Due Date: April 24, 2026, 5:00 PM EST.
- Questions Due Date: April 3, 2026, 5:00 PM EST.
- Submission Method: Electronically to DCSO-F2contracting@dla.mil.
- Evaluation Factors: Technical Approach (including storage, inventory management, material specifications, packaging, deliverables, sampling/testing), Past Performance (recency, relevancy, quality of up to three contracts), and Price.
- Award Basis: Lowest Price Technically Acceptable (LPTA). An overall technical rating of "ACCEPTABLE" is required for eligibility.
- Requirements: Offerors must be registered in SAM.gov under NAICS code 334413 and include a completed FAR 52.212-3. Quotations must be valid for 180 calendar days.
Key Attachments
Bidders should review the following critical documents:
- Attachment A - Statement of Work (SOW): Details the technical requirements for storage, rotation, and performance standards.
- Attachment B - CLIN Structure: Outlines the Contract Line Item Numbers and pricing template.
- Attachment C - Evaluation Criteria: Specifies how proposals will be assessed, including technical subfactors and material specifications.
- Attachment D - Past Performance Questionnaire: Provides the format for past performance feedback.
- Attachment E - Clauses and Provisions: Lists all applicable FAR and DFARS clauses governing the contract.
Contact Information
- Primary: C. Isha Arrington (cecilia.arrington@dla.mil)
- Secondary: Jose M. Villanueva (Jose.villanueva@dla.mil)