Sole Source requirement to Original Equipment Manufacturer (OEM) for repair services to the Stratasys Fortus FDM 400MC 3-D Printer.
ID: W912NW-25-Q-0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK CCAD CONTR OFFCORPUS CHRISTI, TX, 78419-5260, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command, is seeking a sole source procurement for repair services to the Stratasys Fortus FDM 400MC 3-D Printer, with a focus on replacing critical components such as the SMART BEARING BLOCK and RAIL. This requirement underscores the importance of maintaining operational capabilities for advanced 3D printing technology, which is essential for various defense applications. The estimated performance period for this contract is three months, with funding allocated under the Army's Operations and Maintenance budget for FY 2024. Interested contractors should direct inquiries to Terry B. Clark at terry.b.clark4.civ@army.mil or call 361-961-6489, with proposals due by October 23, 2024, at 1:00 PM local time.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum details a sole source procurement action by the Army Contracting Command – Redstone Arsenal for repair services associated with the Fortus FDM 400MC 3D Printer, specifically the replacement of essential parts. Stratasys Inc., the Original Equipment Manufacturer (OEM), is the only source capable of performing these repairs due to proprietary rights restricting access to necessary schematics and training. Research confirms that previous contracts for similar services have consistently been sole-sourced to Stratasys, establishing their unique position in the market. The estimated period for performance is three months, with funding allocated under the Army's Operations and Maintenance budget for FY 2024. Adherence to federal acquisition regulations is noted, indicating the limits of competition under the Simplified Acquisition Threshold. Market research supports the determination that no other vendors can meet the repair requirements, supporting the justification for limiting competition. The memorandum concludes with a certification of the action's necessity and anticipated fair pricing, affirming its alignment with governmental interests.
    The document pertains to a solicitation (W912NW25Q0004) issued by the Army Contracting Command for maintenance repair services for specific 3D printing and machining equipment. The request for proposal (RFP) states that interested contractors must submit their offers by 23 October 2024, 1:00 PM local time. It aims to provide maintenance for the Fortus 400MC 3D printer and related equipment, with a clear scope outlined in the Performance Work Statement (PWS). The solicitation also incorporates various federal acquisition regulations (FAR) and clauses regarding subcontracting, responsibility, and compliance measures. Notably, the funding is set aside for small businesses, including service-disabled veteran-owned and women-owned entities. Contractors need to pay attention to the integration of new contract writing systems that might affect solicitation documents and submission instructions. The document emphasizes the need for accuracy in submissions, highlighting due diligence regarding compliance with labor standards and regulations related to child labor and business operations. The overall focus includes ensuring that the technical and proposal requirements are met, while emphasizing the importance of adherence to complex compliance measures relevant to federal contracting.
    Similar Opportunities
    FORTUS 450MC 3D PRINTER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide a Fortus 450MC Gen 2 Preferred System 3D Printer for the 402d Commodities Maintenance Group at Robins Air Force Base in Georgia. The procurement includes the delivery, installation, training, annual maintenance, and calibration of the printer, which is essential for advanced manufacturing capabilities within military operations. This acquisition is a sole-source contract with Stratasys, Inc., and the contractor must comply with various federal regulations, including safety and wage determinations. Interested parties should contact Natalie Roberson at natalie.roberson@us.af.mil or De'Anna Thompson at deanna.thompson.3@us.af.mil for further details, with the solicitation issued as a request for quotation (RFQ) under solicitation number FA857124Q0013.
    SOLE SOURCE Service contract for the replacement of liner bearings in the Non-Rotating Control Swash Plate P/N 7-311527061.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a sole-source service contract for the replacement of liner bearings in the Non-Rotating Control Swash Plate P/N 7-311527061, crucial for the Rotor Control Branch's operations. This contract is designated for Sargent Aerospace & Defense, LLC, the original equipment manufacturer (OEM), which possesses the proprietary processes and technical data necessary for this specialized work. The contract, funded by Army Working Capital Funds, is set to commence in FY 2025 with a performance period of 12 months, and the offer due date is scheduled for 11:00 AM on October 22, 2024. Interested parties can contact Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489 for further details.
    Lasr Ablation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a service contract involving the Clean Laser CL1000 Laser Ablation System at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement includes sourcing parts, servicing, annual preventative maintenance, and diagnosing issues related to the laser system, with a contract duration of one base year and two optional years. This contract is crucial for maintaining the operational efficiency and safety of the laser system, which plays a significant role in military operations. The solicitation number W911N2-24-Q-0049 is expected to be released on or about October 14, 2024, with proposals due by November 14, 2024. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or by phone at 717-267-8357.
    DISC ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking bids for the procurement of 361 units of a Disc Assembly (NSN: 1015-01-119-4005, P/N: 12283433), with an option for an additional 361 units, as part of a total small business set aside. The procurement requires military-level preservation and packaging type B, and notably, does not mandate a First Article Test (FAT). This solicitation is crucial for maintaining military readiness and ensuring the availability of essential components. Proposals are due 30 days after the solicitation is issued on October 16, 2024, and interested parties can contact Muhammad Kah at Muhammad.kah@dla.mil or by phone at 586-467-1203 for further information.
    16--FPMU STEPUP GEARBOX, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the FPMU Stepup Gearbox, specifically NSN 7R-1680-016936882-DQ, from Triumph Gear Systems. The procurement involves the repair of six units of this specialized component, which is critical for various aircraft operations, and is being solicited on a sole source basis due to Triumph Gear Systems being the Original Equipment Manufacturer (OEM) and the only known source for this repair. Interested parties have 45 days to submit their capability statements or proposals for consideration, with the anticipated award date set for February 2025. For inquiries, potential vendors can contact Elise M. Anzini at Elise.Anzini@navy.mil or by phone at (215) 697-3967.
    Laser Ablation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for maintenance and service of the Clean Laser CL1000 Laser Ablation System at the Letterkenny Army Depot in Pennsylvania. The contract encompasses annual preventive maintenance, emergency and non-emergency repairs, and parts supply, with a focus on ensuring high operational integrity and compliance with quality assurance standards. This procurement is critical for maintaining the functionality of the laser ablation system, which plays a vital role in military operations. Proposals are due by 12:00 PM on November 14, 2024, and interested contractors should contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or call 717-267-8357 for further details.
    16--MODULE ASSEMBLY AFT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure the repair of three MODULE ASSEMBLY AFT units from Sikorsky Aircraft Corp, the sole source provider for this requirement. The procurement involves the repair of NSN 7R-1680-016823672-H5, with no available drawings or data for alternative sourcing, emphasizing the critical nature of this component for military operations. Interested parties may submit capability statements or proposals within 45 days of this notice, with the anticipated award date set for December 2024. For further inquiries, contact Sarah F. Pfeil at (215) 697-3967 or via email at sarah.p.f Pfeil.civ@us.navy.mil.
    Sources Sought Notice (SSN) with intent to sole source for MESOSCALE DEFENSE SECTOR PR2 MODEL 1800 SERVICE PACKAGE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a Sources Sought Notice regarding a sole-source contract for extended warranty services on the Mesoscale Defense Sector PR2 Model 1800 systems. The primary objective is to ensure operational readiness for laboratory analyzers used in training programs that certify personnel from various military branches, with the contract spanning 12 months and options for two additional years. This service is critical for maintaining the functionality of essential medical training equipment at the U.S. Army Medical Center of Excellence in Fort Sam Houston, Texas. Interested parties are encouraged to submit their company information and relevant experience to Walter L. Williams at walter.l.williams24.civ@army.mil or Jared Kiser at jared.l.kiser.civ@army.mil by the specified deadline, as responses will help shape the requirements and potentially foster competition among small businesses.
    Sole Source requirement for Preventative Maintenance of two (2) each Hanel Lean-Lift Storage Systems.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is seeking a contractor for the sole source requirement of preventative maintenance for two Hanel Lean-Lift Storage Systems at the Corpus Christi Army Depot in Texas. The contract entails semi-annual maintenance visits, with the contractor required to coordinate these visits at least 20 days in advance, ensuring compliance with federal standards and regulations. This procurement is critical for maintaining operational efficiency and is limited to Minor Corporation, the sole qualified source due to its exclusive access to proprietary engineering data and expertise related to the Hanel systems. Interested parties can contact Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489 for further details. The contract will utilize Operations and Maintenance funds for fiscal year 2024 and includes a base year plus three option years.
    70--CONTROLLER,DATA ENT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the CONTROLLER, DATA ENT, through a federal contract opportunity. The procurement aims to establish a firm-fixed-price contract for the repair of this equipment, with a required Repair Turnaround Time (RTAT) of 74 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is critical for ensuring the functionality of essential machinery used in various defense operations, and interested contractors must submit their quotes, including pricing and capacity constraints, by the extended deadline of November 18, 2024. For further inquiries, potential bidders can contact Heather Van Hoy at 717-605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.