One (1) Markforged FX20 3D Printer (Brand Name)
ID: W911QX-25-Q-A0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Welding and Soldering Equipment Manufacturing (333992)

PSC

MISCELLANEOUS WELDING, SOLDERING, AND BRAZING SUPPLIES AND ACCESSORIES (3439)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Research Laboratory, is seeking proposals from qualified small businesses for the procurement of one Markforged FX20 3D printer, along with associated materials and services. This procurement is critical for advancing additive manufacturing capabilities within the Army, as the printer's unique specifications and features are essential for supporting multiple sensitive transition programs. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) methodology, with proposals due within five business days from the posting date, and delivery required within three months post-award to Aberdeen Proving Ground, Maryland. Interested vendors can contact William Nuamah at william.nuamah.civ@army.mil or by phone at 520-672-9609 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a combined synopsis and solicitation for one Markforged FX20 3D printer, as well as associated materials and services, issued by the U.S. Army Research Laboratory. This Request for Quote (RFQ), under solicitation number W911QX-25-Q-A007, is exclusively set aside for small businesses. Proposals are due within five business days from the posting date, with delivery required within three months post-award to Aberdeen Proving Ground, Maryland. The solicitation highlights several contract line items, including various spools for 3D print materials, a one-year subscription for Eiger software, customer success planning, and installation and training services. The document outlines compliance with specific federal regulations, including Federal Acquisition Regulation (FAR) clauses. Offerors must include required representations and certifications with their proposals. This solicitation illustrates the government's commitment to sourcing advanced technology solutions through small business partnerships and outlines stringent guidelines for proposal submission, evaluation criteria, and compliance with federal contracting standards. Overall, it emphasizes the importance of efficiency and accountability in government procurement.
    This document outlines the evaluation criteria for awarding a federal contract based on the Lowest Price Technically Acceptable (LPTA) methodology. The contract will be awarded to the responsible offeror with the lowest evaluated price meeting the technical acceptability standards. 1. **Technical Acceptability**: Proposals must demonstrate compliance with performance characteristics and specifications set out in the solicitation. Vendors are required to provide detailed descriptive materials to enable the government to assess technical conformity. Any modifications to products must be clearly described. 2. **Past Performance**: Offerors are evaluated based on an acceptable/unacceptable rating system. An “Acceptable” rating means the government is confident in the offeror’s ability to meet contract requirements, while an “Unacceptable” rating indicates concerns. Offerors must submit two past performance records from the last 12 months to qualify. 3. **Price**: The total proposed price, inclusive of options, will be assessed for evaluation. Overall, only vendors rated as “Acceptable” in both technical specifications and past performance will be eligible for contract award, ensuring both quality and cost-efficiency in procurement processes for the government. This structure is common in government RFPs to ensure transparency and accountability in contract awards.
    This document serves as a Sole Source Justification Review for the procurement of one Markforged FX20 3D printer, intended for the Army Research Laboratory (ARL) program. The U.S. Army Contracting Command seeks this specific printer due to its unique capabilities, which meet stringent project requirements for additive manufacturing that no other alternative can fulfill. This is based on findings from comprehensive market research that identified Phillips Federal Division as the sole manufacturer equipped to provide this technology. The contract requires delivery of the printer, materials, software subscription, and training for personnel, with an estimated award date of June 2025 utilizing Fiscal Year 2024/2025 funds. The justification emphasizes the critical need for this printer to avoid halting key development efforts, supporting multiple sensitive transition programs. The procurement is justified under FAR 13.501 as necessary for continued mission success, while future market research will aim to increase competition in subsequent procurement processes. All information has been certified for accuracy and completeness by the contracting officer and technical representatives.
    The document outlines critical regulations regarding telecommunications and video surveillance services within government contracts, specifically referencing Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It establishes prohibitions against procuring equipment or services incorporating "covered telecommunications equipment," notably items from Huawei, ZTE, and related entities, addressing national security concerns. Offerors must complete specific representations about their use of such equipment and services when responding to Requests for Proposals (RFPs). In addition to definitions and compliance procedures, the document mandates that contractors disclose detailed information if they intend to use covered technologies. It emphasizes the commitment to reviewing the System for Award Management (SAM) for excluded entities and outlines reporting requirements for contractors upon discovering the use of prohibited equipment. Furthermore, it presents unique item identification mandates for items being delivered under the contracts, ensuring traceability and accountability. Overall, the document serves to protect sensitive government operations from potential risks posed by certain foreign technology provisions.
    The Army Research Laboratory is seeking to procure a Markforged FX20 3D Printer, as detailed in the federal RFP documentation. The specified printer must have a build volume of 525 x 400 x 400 mm, Z-layer resolution ranging from 50 μm to 250 μm, and an accuracy of at least +/- 125 µm. It should feature a heated build chamber capable of reaching 200 degrees Celsius and utilize polymer filaments integrated with continuous fibers, including specific materials like ULTEMTM 9085 and onyx plastics. Additionally, the printer must incorporate security measures such as two-factor authentication and provide materials storage to ensure optimal printing conditions. The proposal should also include delivery, installation, and four days of on-site training, alongside a one-year customer success plan. This procurement highlights the Army's commitment to adopting advanced 3D printing technologies for enhanced operational capabilities.
    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.
    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 procurement of four Multi-Functional Printers (MFPs) to be delivered to South Korea. The printers must meet specific technical requirements, including TAA compliance, high-resolution printing and scanning capabilities, robust security features, and a three-year warranty with 24/7 support. These MFPs are essential for supporting various operational needs within military facilities, ensuring efficient document handling and security compliance. Interested contractors must submit their proposals via email to Lauren Valentine by December 15, 2025, at 10:00 AM Eastern, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria.
    Sources Sought for Organization with Capabilities for Advanced Manufacturing Research and Development
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command – Soldier Center (DEVCOM SC), is conducting a Sources Sought Notice to identify colleges, universities, and university-affiliated non-profits with capabilities in advanced manufacturing (AdvM) research and development. The objective is to find institutions that possess expertise in AdvM processes, composite research, additive manufacturing (AM), and design for additive manufacturing (DfAM), along with established curricula, research functions, and industry partnerships to support immediate research needs. This initiative aligns with national security strategies and aims to enhance the Army's capabilities in advanced manufacturing technologies. Interested organizations must submit their responses by January 28, 2026, with a maximum of 10 pages, and should direct inquiries to Chad Haering at chad.w.haering.civ@army.mil or Kia McCormick at kia.s.mccormick.civ@army.mil.
    Manufacturing Consumables BPA
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is seeking qualified vendors to establish multiple Blanket Purchase Agreements (BPAs) for manufacturing consumables, specifically for additive manufacturing materials, to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The procurement includes a range of specific materials such as Maraging Steel powder, 17-4 Stainless Steel powder, and Nickel alloy 718 powder, with vendors required to meet detailed specifications outlined in individual Requests for Quotes. These consumables are critical for advanced manufacturing processes and will be procured under a five-year term with firm-fixed-price orders, where individual orders may reach a maximum value of $9 million. Interested vendors should contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further details, and must submit the necessary documentation to be considered for the BPA pool.
    LIFE CYCLE PILOT PROCESS (LCPP) AND RELATED TECHNOLOGIES BAA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Project Lead Joint Services (PLJS), has issued a Broad Agency Announcement (BAA) titled "Life Cycle Pilot Process (LCPP) and Related Technologies" to solicit white papers and research proposals aimed at addressing technology gaps in the Industrial Base (IB) aligned with Government Owned Contractor Operated (GOCO) Modernization Goals. The primary objective of this BAA is to advance state-of-the-art manufacturing processes that enhance the overmatch capabilities of U.S. warfighters, with key areas of interest including Chemical Endurance, Digital Engineering, and Manufacturing Technology for Ammunition & Energetic Processes. Interested parties are encouraged to submit white papers as an initial step, with the BAA valid from September 26, 2025, to September 25, 2030, and proposals evaluated based on scientific merit and alignment with Army missions. For inquiries, contact Haakon Mathewson at haakon.l.mathewson.civ@army.mil or Wilson Au at wilson.w.au.civ@army.mil, and ensure registration in SAM.gov for proposal submissions.
    sUAS Group 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a Small Unmanned Aerial System (sUAS) Group 1, as outlined in a combined synopsis/solicitation. The required specifications for the quadcopter drone include a minimum range of 3 kilometers, a flight time of at least 30 minutes, a minimum propeller size of 8 inches, and the inclusion of a remote control, rechargeable batteries, and Wi-Fi connectivity. This procurement is critical for enhancing operational capabilities within various government applications, and interested vendors must submit their quotes by December 17, 2025, with questions due by August 25, 2025. For further inquiries, potential bidders can contact Cory Palletti at cory.b.palletti2.mil@army.mil or Justin C. Gould at justin.c.gould5.mil@army.mil.
    Production Capabilities to produce Advanced Multi-Purpose (AMP) Eye safe Laser Range Finder (ELRFs)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a market survey to identify potential sources for the production of 20 Advanced Multi-Purpose (AMP) Eye-safe Laser Range Finders (ELRFs) intended for the M1A2T Abrams Tank. This opportunity seeks manufacturers with relevant experience and capabilities to produce these specialized devices, emphasizing the need for detailed capability statements that outline production processes, quality verification, and past performance. The AMP ELRFs are critical for enhancing the operational effectiveness of the Abrams Tank, ensuring precision and safety in various combat scenarios. Interested parties are encouraged to submit their tailored capability statements via email to Terrie D. Legette within 60 days of the notice, as this is a request for information only and not a solicitation for a contract.
    PM UAS - Short/Vertical Takeoff and Landing (S/VTOL)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking industry participation in the Group 4+ UAS | Short/Vertical Takeoff and Landing (S/VTOL) Challenge. This initiative aims to gather insights and feedback from industry partners to define the Army's future priorities for S/VTOL unmanned aircraft and explore potential Government Furnished Equipment (GFE) ecosystems for modular components. The Army is focused on articulating its desired characteristics for these platforms, fostering innovation and collaboration with industry to ensure successful integration of solutions that meet operational needs. Interested vendors are invited to submit white papers detailing their S/VTOL air-vehicle solutions by January 8, 2026, with submissions made through the ONI Marketplace at https://marketplace.gocolosseum.org. For further inquiries, contact Mark Martinez at mark.martinez2.civ@army.mil or Jordan Myers at jordan.m.myers7.civ@army.mil.
    Sole Source Verdi G5 Laser-Diode System
    Dept Of Defense
    The Department of Defense, specifically the Army's Tactical Network Assurance Branch, is seeking to procure a Sole Source Verdi G5 Laser-Diode System, which includes a water riser and chiller, through a Request for Quote (RFQ) W911QX-26-Q-A004. This procurement is classified under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing) and is intended to be solicited from a single source, emphasizing the system's critical role in supporting the Army Research Laboratory's operations in Adelphi, Maryland. Proposals are due five days after the posting date, with evaluations based on price, technical specifications, and past performance, and the contract is expected to be awarded to the most advantageous offer. Interested parties should direct inquiries to Keturah Moore at keturah.l.moore.civ@army.mil or Alexander Cheatham at alexander.k.cheatham.civ@army.mil, with delivery required within six months of contract award.
    Up to 10 month lease of 130 MFDs for Japan
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to lease up to 130 multifunctional devices (MFDs) for a period of up to 10 months, along with the necessary maintenance services. This procurement is critical for ensuring efficient printing, duplicating, and binding operations within the agency, particularly in Japan. Interested vendors should note that the opportunity is justified under limited source conditions, emphasizing the specialized nature of the devices required. For further inquiries, potential bidders can contact Tyler Bowman at tyler.bowman@dla.mil or Timothy Danowski at Timothy.Danowski@dla.mil, with phone numbers 717-770-8137 and 717-770-8713, respectively.