Sole Source Notice - SLA3500 3D Printer Annual Maintenance
ID: N61331-25-T-TB06Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking to procure annual maintenance services for the SLA-3500 3D printer from RP America, the original equipment manufacturer. This sole source procurement is justified as RP America possesses the unique expertise and proprietary tools necessary for effective maintenance, which includes three preventive maintenance visits, three repair visits, and unlimited technical and software support over a one-year period, with options for two additional years. The SLA-3500 3D printer is critical for rapid prototyping within government operations, ensuring operational integrity and performance. Interested vendors must submit their quotes, including a capabilities statement and proof of past performance, to Alan Bounds via email by the specified deadline, ensuring compliance with invoicing through Wide Area Workflow.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as a comprehensive guideline outlining the regulatory framework and operational directives related to contracts under NAVSEA, with particular focus on invoicing, payment instructions, and contract administration. It encompasses several sections, including regulations for contractor interactions, delivery performance specifications, payment instructions, and various contractual clauses governing contractor responsibilities. Key points include the requirement for contractors to segregate costs for invoicing, adhere to hours of operation for deliveries, and comply with specific payment processes through the Wide Area Workflow. Furthermore, it emphasizes the importance of not disclosing sensitive information managed by support contractors and outlines the points of contact for contract administration, detailing the roles of authorized personnel involved in oversight. The document aims to ensure transparency, compliance with federal regulations, and a clear understanding of contractual obligations, thereby enhancing the effectiveness of contract execution within the federal and state procurement environments.
    The document outlines a sole source justification for acquiring maintenance services for the SLA-3500 3D printer from RP America by the Naval Sea Systems Command at the Naval Surface Warfare Center, Panama City Division. The planned contract includes one year of maintenance with the option for two additional years, entailing three preventive maintenance visits, three repair visits, and unlimited technical and software support. RP America, as the original equipment manufacturer, is uniquely qualified to provide these services due to their specialized knowledge and proprietary tools necessary for proper machine calibration. The contracting officer has determined this sole source procurement represents the best value for the agency's needs, and no further market research was conducted, as RP America is the only provider capable of meeting the specifications outlined. The memorandum emphasizes that no other suppliers are plausible for fulfilling these maintenance requirements, ensuring continued operational integrity of the 3D printer within government operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    LCM 3D Printer
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD) China Lake, is seeking sources for a Lithography-Based Ceramic Manufacturing (LCM) Multi-Material 3D Printer to enhance its capabilities in ceramic-based composite materials research and development. This procurement aims to support the design and characterization of advanced composite materials, particularly for applications such as hypersonic radomes, by enabling high geometric complexity and layer-by-layer control in the manufacturing process. The printer system must include a standalone unit with dual vats for multi-material printing, an integrated LED light source, and a separate cleaning station, along with robust safety measures and comprehensive contractor support for installation and training. Interested firms should submit a capability statement to the Contracting Office by the specified deadline, referencing the solicitation number, and can contact Kyle Hedman or Luke S. Kelley for further information.
    Saratech Maintenance Renewal
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for the annual maintenance license renewal of Saratech Siemens CAD software, which is essential for the Air Vehicle Stores Compatibility (AVSC) Team in supporting various aircraft platforms. This procurement includes maintenance for critical software modules such as FEMAP with NX Nastran, NX License Borrow Option, and NX Mach 3 Product Design, which are vital for conducting computerized physical fit checks and structural analysis. The contract is set to be awarded on a sole source basis to Saratech Optimizing Engineering Investments, with a delivery deadline of December 31, 2025, to Patuxent River, MD. Interested vendors must submit their quotes by December 16, 2025, and can direct inquiries to Johnny E. Smith or Roberta Nethercutt via the provided email addresses.
    Printer and Toner
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to provide printer and toner supplies through Blanket Purchase Agreements (BPAs). This procurement aims to streamline the acquisition of office supplies essential for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    67--PROJECTOR LASER HD, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for the Projector Laser HD, with a focus on the modification of this equipment. The procurement involves a quantity of 13 units of the National Stock Number (NSN) 7H-6730-017245132, and the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources. This equipment is critical for photographic projection applications within military operations. Interested parties are encouraged to contact Julie Smith at NAVSUP Weapon Systems Support for further details, with proposals due within 45 days of the notice publication. The procurement will be conducted under the authority of FAR 6.302-1, and all responsible sources may submit their interest and capability statements.
    Blueprint Print Software
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command at Fort Eustis, is seeking sole source professional maintenance services for the proprietary Blueprint print software from PHAROS. This software is critical for all printer functions and is currently malfunctioning, leading to significant work stoppages and security compliance risks. The maintenance services are essential to restore full functionality, administrative reporting, and ensure cyber compliance, with the work to be completed over three consecutive days before the end of the calendar year. Interested parties can contact Stephanie M. Doutt at stephanie.m.doutt.civ@army.mil or William M. Jaeger at william.m.jaeger.civ@army.mil for further details.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    Purchase of 4 MFPs (Multi-Functional Printers) for Korea
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking quotations for the purchase of four Multi-Functional Printers (MFPs) to be delivered to South Korea. The procurement aims to acquire new, TAA-compliant printers that support various functions such as printing, scanning, and copying, with specific technical requirements including high-resolution capabilities and robust security features. This acquisition is critical for enhancing operational efficiency and ensuring compliance with federal standards in a military environment. Interested vendors must submit their proposals via email to Lauren Valentine by December 22, 2025, at 3:00 PM EST, and are encouraged to review the attached Statement of Work for detailed specifications and requirements.
    N0038326RS050
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.