Deep Reactive Ion Etching of Single Crystal 4H-SiC
ID: 80NSSC26921522QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

MISCELLANEOUS FABRICATED NONMETALLIC MATERIALS (9390)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure Deep Reactive Ion Etching services for Single Crystal 4H-SiC, with the intention of issuing a sole source contract to BIOTRONICS, INC, the sole provider of this specialized service. The procurement involves fabricating a 4-inch, 350-micron thick wafer, which will be etched to create a 50-micron thick diaphragm, adhering to specific requirements for thickness uniformity and surface quality. This project is critical for advancing NASA's capabilities in materials processing and device fabrication, with performance expected at the NASA Glenn Research Center (GRC). Interested organizations may submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on December 22, 2025, to Laura Quave at laura.a.quave@nasa.gov, as the government reserves the right to proceed with a sole source award based on the responses received.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines the requirements for Deep Reactive Ion Etching of a single crystal 4H-SiC wafer. The project involves fabricating one 4-inch, 350-micron thick wafer, etched to 300 microns to create a 50-micron thick diaphragm. Specific requirements include a smooth diaphragm with minimal mask artifacts, ±5% thickness uniformity, smooth sidewalls free of scallops, a reasonable radius at the diaphragm base-sidewall intersection without notching or edge-wall trenching, and an aspect ratio of no less than 5. The etch recipe will be determined by the foundry. Additionally, the document mandates compliance with federal regulations regarding the use of Artificial Intelligence (AI) during contract performance and for the acquisition of covered AI systems or services, requiring disclosure and adherence to OMB memo M-25-22.
    NASA/NSSC intends to award a sole source contract to BIOTRONICS, INC for Deep Reactive Ion Etching of Single Crystal 4H-SiC. This procurement, operating under FAR 13.106-1(b)(1)(i), is justified by BIOTRONICS, INC being the sole provider of this specialized service. NASA/NSSC will manage the procurement, with performance at NASA/Glenn Research Center (GRC). The acquisition will follow FAR Part 12 and FAR Part 13 for commercial items and services, with NAICS Code 334513. Interested organizations can submit capabilities by December 22, 2025, to be considered for competitive procurement, though the government reserves the right to proceed with a sole source. Oral communications are not accepted. NASA Clause 1852.215-84 (Ombudsman) applies. The primary point of contact is Laura Quave.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Purchase of Dun & Bradstreet Risk Analytics
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Dun & Bradstreet Risk Analytics through a sole source contract with Dun & Bradstreet, Inc. This procurement aims to enhance NASA's due diligence program by evaluating small businesses applying for SBIR or STTR awards for national security risks related to foreign interests, including cybersecurity and foreign ownership assessments. The services will include comprehensive screenings and ongoing monitoring to ensure compliance with national security standards, with performance expected at NASA's Ames Research Center in California. Interested organizations must submit their capabilities and qualifications to Tracy Bremer at tracy.g.bremer@nasa.gov by 4:00 p.m. Central Standard Time on December 23, 2025, to be considered for this opportunity.
    Purchase of Dun and Bradstreet D&B for Compliance
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Dun and Bradstreet (D&B) services for compliance purposes, specifically through a sole source contract with DUN & BRADSTREET, INC. The procurement aims to fulfill a requirement for due diligence services that assess national security risks posed by foreign influence in small businesses applying for SBIR or STTR awards, as mandated by the SBIR and STTR Extension Act of 2022. The services will include various levels of screening and ongoing monitoring to ensure compliance with relevant regulations, with performance expected to take place at NASA's Ames Research Center from December 2025 to December 2026. Interested organizations must submit their capabilities and qualifications in writing to the primary contact, Monica Wilson, by 8:00 a.m. Central Standard Time on December 23, 2025, to be considered for this procurement.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    Materials-Limited Technologies for the Moon and Mars
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking industry input through a Request for Information (RFI) regarding materials-limited technologies applicable to its Moon and Mars exploration initiatives. The objective is to gather insights on potential technologies that can address NASA's identified Civil Space Shortfalls, particularly those hindered by structural materials challenges, which may include advancements in non-metallic materials or innovative materials processing. This RFI is crucial for informing future opportunities and collaborations, with responses due by 5:00 PM EDT on January 16, 2026, and should be submitted electronically to the designated NASA contacts, including Godfrey Sauti at godfrey.sauti-1@nasa.gov.
    Notice of Sole Source Justification: Velo3D Sapphire Additive Manufacturing System 1-Year Lease
    National Aeronautics And Space Administration
    NASA's Marshall Space Flight Center (MSFC) is seeking to award a sole source contract for a one-year lease of the Velo3D Sapphire Metal Additive Manufacturing (AM) System from Velo3D Inc. This procurement is critical for NASA's evaluation and certification of flight components for the Human Landing System (HLS) and Space Launch System (SLS) vehicles, as hands-on experience with this specific machine is necessary to ensure safety and compliance in manufacturing processes. The Velo3D Sapphire system is uniquely positioned to meet the high-risk evaluation needs identified by the NASA Engineering Safety Center (NESC), which is managing this project. Interested parties can direct inquiries to Yong Castillo at yong.h.castillo@nasa.gov or Sadie Moulton at sadie.m.moulton@nasa.gov for further details.
    Commercial semi-automatic probe stations
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking responses to a Sources Sought Notice for the procurement of a commercial semi-automatic probe station. This equipment is essential for conducting reliability testing on silicon carbide field effect transistors (FETs), which are increasingly used in high-power semiconductor applications across various industries, including electric vehicles and energy storage. The probe station must meet specific technical requirements, including the capability to probe 300 mm wafers, accommodate small pad sizes, and include features such as a heated wafer chuck and a digital microscope. Interested vendors should submit their responses, including company details and relevant experience, to Cielo Ibarra at cielo.ibarra@nist.gov by December 12, 2025, for consideration in NIST's market research efforts.
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    National Aeronautics And Space Administration
    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV through a Draft Request for Proposal (DRFP) designated as 80GSFC24R0012. The procurement aims to secure contractor support for environmental testing, mechanical and optical integration, and operational support for spacecraft and flight experiment components, with a focus on maintaining high standards of safety and quality. This contract is critical for NASA's mission in space science and technology development, ensuring robust testing and integration processes are in place. Interested vendors must submit their comments and questions regarding the DRFP by September 18, 2024, and are encouraged to participate in an Industry Day scheduled for September 16, 2024, to gain further insights into the project requirements.
    CHIPS R&D Electrical/thermal TEM holder – Combined Sources Sought/Notice of Intent to Sole Source
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to procure a specialized electrical/thermal transmission electron microscope (TEM) holder system and compatible microelectromechanical system (MEMS)-based chips for advanced semiconductor research. This procurement aims to enhance measurement capabilities critical for evaluating the readiness of next-generation semiconductors by detecting early-stage indicators of material degradation and device failure under operational conditions. The TEM holder and associated equipment will support NIST's mission to improve manufacturing processes and assess advanced materials in semiconductor production, particularly focusing on two-dimensional and wide bandgap semiconductors. Interested vendors should respond with their capabilities and relevant information to the primary contact, Tracy Retterer, at tracy.retterer@nist.gov, by the specified deadline.
    American Institute of Aeronautics and Astronautics Subscription Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole source firm-fixed price blanket purchase agreement to the American Institute of Aeronautics and Astronautics, Inc. (AIAA) for agency-wide access to subscription services for journals and research papers. This procurement is essential for providing NASA personnel with access to critical aeronautics and astronautics research, supporting the agency's mission and objectives. The contract will cover a one-year base period with four additional one-year option periods, with an anticipated award date of December 31, 2025. Interested parties may express their intent and capabilities to the Contracting Officer, Erin Brayson, at erin.d.brayson@nasa.gov or by phone at 228-813-6402, within three business days of this notice.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.