SOLICITATION NOTICE
96 -- Indium Metal
- Notice Date
- 2/6/2026 10:33:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331492
— Secondary Smelting, Refining, and Alloying of Nonferrous Metal (except Copper and Aluminum)
- Contracting Office
- DCSO COLUMBUS DIVISION #3 FORT BELVOIR VA 22060-6223 USA
- ZIP Code
- 22060-6223
- Solicitation Number
- SP8000-26-R-0011
- Response Due
- 2/17/2026 8:59:00 PM
- Archive Date
- 03/04/2026
- Point of Contact
- Zoryanna Siemer, Rachel Leak
- E-Mail Address
-
zoryanna.siemer@dla.mil, rachel.leak@dla.mil
(zoryanna.siemer@dla.mil, rachel.leak@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- AMENDMENT 2: A consolidated list of Questions and Answers is attached. The proposal due date has been extended to 11:59 p.m. (EST) time on February 17, 2026. ************************************************************************ AMENDMENT 1: The proposal due date has been extended to 11:59 p.m. (EST) time on February 9, 2026. ************************************************************************ (1) ACTION CODE: Purchase Requisition (PR): TBD (2) DATE: January 15, 2026 (3) YEAR: 2026 (4) CONTRACTING OFFICE ZIP CODE: 43213 (5) PSC: 9630 (6) CONTRACTING OFFICE ADDRESS: DLA Contracting Services Office (DCSO)� Columbus 3990 East Broad Street Columbus, Ohio 43213 (7) SUBJECT: Indium Ingots (8) SOLICITATION NUMBER: SP8000-26-R-0011 (9) CLOSING RESPONSE DATE: February 9, 2026 (10) CONTACT POINT OR CONTRACTING OFFICER: Zoryanna Siemer, Contract Specialist Zoryanna.Siemer@dla.mil, Rachel Leak, Contracting Officer Rachel.Leak@dla.mil, (11) CONTRACT AWARD NUMBER: TBD (12) CONTRACT AWARD DOLLAR AMOUNT: $125,000,000 Max Value for IDIQ(s) (13) LINE-ITEM NUMBERS: 0001 (Indium Ingot), 0002 (Testing) (14) CONTRACT AWARD DATE: TBD (15) CONTRACTOR: AIM Products LLC and Indium Corporation of America (16) DESCRIPTION: This is a solicitation for the acquisition of commercial items using FAR Part 12 (Acquisition of Commercial Products and Commercial Services), FAR Part 15 (Contracting by Negotiation), and FAR 16.5 (Indefinite-Delivery Contracts). This solicitation is for two (2) long term, Indefinite Delivery Indefinite Quantity (IDIQ) utilizing fixed pricing with economic price adjustments (EPA), against which FFP delivery orders will be issued. The intended IDIQs will each consist of one (1) three (3)-year ordering period and are being solicited under �Other than Full and Open Competition� to AIM Products LLC and Indium Corporation of America using FAR 6.302-3(a)(2)(i) with subsection (b)(1)(iv)(A). This acquisition is for 4N (99.99%) purity indium metal ingots. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. This combined synopsis/solicitation reference # SP8000-26-R-0011 is being issued as a request for proposal (RFP). DLA Contracting Services Office - Columbus Division 3 (DCSO-C3) intends to award and administer an IDIQ contract with a three (3) year base period. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through the: Federal Acquisition Circular 2025-02, effective January 03, 2025. Defense Federal Acquisition Regulation Supplement (DFARS) effective January 17, 2025. Defense Logistics Agency Directive (DLAD) PROCLTR 2025-15, effective April 3, 2025 The complete text of any of the clauses, provisions and DLAD notes may be accessed in full at https://www.acquisition.gov/ and http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx. This acquisition is not set aside for small businesses. This acquisition is other than full and open competition with the intention to issue multiple awards with two IDIQ contracts. The applicable NAICS code is 331492 � Secondary Smelting, Refining, and Alloying with a size standard of 850 employees. The Defense Logistics Agency (DLA) by and through DCSO-C3 intends to award a contract guaranteed minimum of $10,000,000.00 equally divided among awardees and a combined contract maximum of up to $125,000,000.00 of indium metal ingots. The Government reserves the right to award less than the maximum dollar value. All indium ingots to be delivered under any resulting contract shall have a form and packaging conducive to long-term storage in an enclosed Government warehouse per the Statement of Work (SOW). Payment Terms: Net 30 from Invoice submission IAW SOW section J, para 3 The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and its Addendum, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Products and Commercial Services, applies to this acquisition. The evaluation factors are as follows: Factor 1: Technical Approach and all subfactors will be evaluated including vendor submittals of sample Safety Data Sheets (SDS), Certificate of Analysis (COA), proposed standards and specifications and delivery schedule proposal. Factor 2: Recent and Relevant Past Performance Factor 3: Price A completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services, applies to this acquisition and shall be submitted with the vendor�s offer if not available through SAM at https://www.sam.gov. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Products and Commercial Services, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services, applies to this acquisition. Potential offerors are hereby notified that this notice and subsequent amendments to the notice will only be available by downloading the documents at the SAM.gov Website at http://www.sam.gov. This office will not issue hard copy solicitations. By submitting a response to this notice, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. The Offeror shall mark each page of its quote with the legend �Source Selection Information � See FAR 2.101 and 3.104.� This includes the cover page and every page that may contain source selection information. Note that the Offeror has an independent requirement to mark anything deemed to be bid or quote information, protected proprietary information, or other information that is to be protected from disclosure to ensure that the information is protected. Contract Line-Item Numbers (CLINs) and Quantities (See Attachment 1-Section B): CLIN 0001 � 4N Indium Metal Ingot* *Include packaging and shipping PSC/Material Code: 9630/N30001244 Unit of Issue: KG Period of Performance (PoP): 2/27/2026 � 2/26/2029 Delivery Period: 12 Months FOB/Inspection/Acceptance: Destination Pricing Terms: Firm-Fixed Price CLIN 0002 � Third Party Material Testing PSC/Material Code: 9630/N30001244 Unit of Issue: KG (will be flipped CLIN for each (EA) or lot (LT) Period of Performance (PoP): 2/27/2026 � 2/26/2029 Delivery Period: 12 Months FOB/Inspection/Acceptance: Destination Pricing Terms: Firm-Fixed Price It is anticipated that multiple IDIQ contracts will be awarded for the Indium Metal Ingots requirement as a result of this combined synopsis/solicitation notice. Awards will be based on the lowest evaluated prices from responsible offerors (IAW FAR 9.104) who submits a proposal that conforms with the technical requirements of the solicitation with one or more IDIQ awards reserved for small business concerns IAW 19.503 reserves. Successful offerors must have a past performance rating of acceptable. The Provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition; with additional instructions to offerors included within this notice. The provision at FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition; with the specific evaluation criteria included in paragraph (a) of the provision. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offeror OR confirm that the completed clause is included within its SAM.gov registration. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. All questions related to this solicitation must be submitted via e-mail to Zoryanna Siemer at Zoryanna.Siemer@dla.mil, and Rachel Leak at Rachel.Leak@dla.mil by 11:59 pm EDT, January 22, 2026. Responses will be posted via a solicitation amendment. Proposals are due by 11:59 p.m. (EST) time on February 9, 2026. Electronic proposals must be submitted via e-mail to Zoryanna Siemer at Zoryanna.Siemer@dla.mil, and Rachel Leak at Rachel.Leak@dla.mil. Facsimile proposals will not be accepted. (17) PLACE OF CONTRACT PERFORMANCE: Contractor Facility with material delivery to Defense Logistics Agency Strategic Materials Scotia Depot Route 5, Building #12 Scotia, NY 12302-9463 Telephone: 518-370-3347 (18) SET-ASIDE STATUS: UNRESTRICTED Other Acquisition Notes: 1. Selection of an offeror for contract award will be made based on an assessment of each offeror�s response to this combined synopsis/solicitation notice. As a combined synopsis/solicitation notice based on the lowest evaluated price from a responsible offeror (IAW FAR 9.104) that submits a proposal that conforms with the technical requirements of the solicitation. The technical evaluation team will review the technical acceptability and determine whether all aspects of the SOW were met for indium ingots. For a rating of acceptable all aspects of the SOW must be addressed sufficiently. Please see 52.212-2 �Evaluation-Commercial Products and Commercial Services� for complete information. 2. Contractor must be registered in �System for Award Management� (SAM) before proposal submission. Check the following SAM website link for registration and/or SAM expiration date, www.sam.gov. Submit SAM�s certification with your proposal. Proposals and SAM certification dates must match. No award will be made to a Contractor not registered in the System for Award Management (SAM). In addition, the Contractor�s Representations and Certification must be listed in the SAM database. The Contractor must maintain an ACTIVE status in SAM prior to award and throughout the life of this contract. Invoices will be paid using the financial information provided in the Contractor�s SAM profile. Failure to keep an ACTIVE status may result in payment delays and other administrative delays. 3. INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT INFORMATION a. Contract Period. The intended awards will include a three (3)-year ordering period, fixed price Indefinite Delivery Indefinite Quantity (IDIQ) with economic price adjustment (EPA) contracts. The pricing for each delivery order (DO) shall be fixed and solicited between the IDIQ awardees. The Government will evaluate price reasonableness in accordance with FAR 15.4004 and DFARS PGI 215-404. The Government reserves the right to only meet the guaranteed minimum stated for each IDIQ award if it is identified that it is in the best interest of the Government. b. The Government intends to acquire the following total minimum and maximum dollar amount of Indium Ingots under this contract: Guaranteed Minimum: $10,000,000.00 equally divided among awardees Maximum: $125,000,000.00 c. The Statement of Work (SOW) found in Attachment 2 of this combined synopsis/solicitation represents the scope of supplies required under this intended IDIQ contract. d. Issuance of Delivery Orders. All requirements for supplies will be ordered as delivery orders that are fixed price at the time of DO issuance. Requirements will be presented to the IDIQ contract holder (awardee) by way of request for pricing. Any DLA Contracting Services Office (DCSO) warranted Contracting Officer, within the limits of their warrants, may award and administer a delivery order for supplies covered by the IDIQ contract. Delivery Orders will most likely be placed by the DLA Contracting Services Office � Columbus (DCSO-C3). Awards will be competed at the delivery order level utilizing LPTA to allow vendors to provide additional discounts, however the pricing set forth in the base IDIQ will be the ceilings after application of the EPA Index. DO set-a-sides will be discretionary IAW with FAR 19.504, all orders not set-aside will be competed between all IDIQ holders. e. ESTIMATED QUANTITES: These are the estimated quantities the Government expects to order during each contract year, but the Government is under no obligation to issue delivery orders after the guaranteed minimums are met. Please review section C (Scope of Work) table 1 for the estimated yearly quantities for indium ingots. f. DELIVERY: Delivery is 12 months from the issuance of each delivery order (DO). Unless otherwise specified, the proposal will be deemed to offer delivery in accordance with the required schedule. 4. COMPLETE PROPOSAL INSTRUCTIONS In addition to the requirements at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services, please note the following additional proposal submission instructions. Offerors shall provide the following documents as a part of your proposal: a. Cover Letter. Provide cover letter with a unique identification number (proposal number) for your offer. A Standard Form (SF) 1449 is not used in this combined synopsis/solicitation. Therefore, include a statement in the cover letter specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information; or reject the terms and conditions of the solicitation may be rejected. Include a statement certifying the accuracy of the proposal and a signature by the principal of the firm/entity. (one (1) PDF document) b. SAM Certifications. Provide evidence showing your company is registered in SAM.gov with an ACTIVE STATUS. (one (1) PDF document) c. Technical Approach. Review FAR 52.212-2 for technical acceptability considerations. (one (1) PDF document) d. Recent and Relevant Past Performance. Review FAR 52.212-2 for technical acceptability considerations. (one (1) PDF document) e. Price. In addition to providing the completed price proposal form (Attachment 1-Section B), ensure your price proposal includes enough details so that the contracting officer can make a fair and reasonable price determination in accordance with (utilizing) the price analysis techniques found at FAR 15.404-1(b)(2). (one (1) PDF document) All questions related to this solicitation must be submitted via e-mail to Zoryanna Siemer at Zoryanna.Siemer@dla.mil, and Rachel Leak at Rachel.Leak@dla.mil by 12:00pm EDT, January 22, 2026. Responses will be posted via a solicitation amendment. Proposals are due by 11:59 p.m. (EDT) time on February 9, 2026. Electronic proposals must be submitted via e-mail to Zoryanna Siemer at Zoryanna.Siemer@dla.mil, and Rachel Leak at Rachel.Leak@dla.mil. Facsimile proposals will not be accepted. NOTE: Proposal MUST be valid for a period of at least 60 calendar days after solicitation closing. Attachments: 1 � Section B 2 � Statement of Work 3 � Clauses and Provisions 4 � Redacted J&A
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/230f9cd40f9e4839baa4ddad9fc164b8/view)
- Place of Performance
- Address: NY, USA
- Country: USA
- Country: USA
- Record
- SN07708715-F 20260208/260206230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |