3D Xpert Additive Software
ID: FA857126Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of 3D Xpert Additive Software, which includes Elite and Slicer Concept Laser subscriptions, along with three days of on-site training for personnel at Robins Air Force Base in Georgia. This combined synopsis/solicitation aims to enhance the capabilities of the Commodities Maintenance Group (CMXG) by providing essential software and training to support additive manufacturing processes. The contractor must ensure compliance with various safety and environmental regulations, including the submission of a Contractor's Safety Plan and adherence to energy management system training requirements. Interested vendors should direct inquiries to Joshua Belzince at joshua.belzince@us.af.mil or SSgt. Bobby Ballow at bobby.ballow@us.af.mil, with the expectation that software delivery occurs within two weeks of contract award and training is scheduled within three weeks thereafter.

    Point(s) of Contact
    SSgt. Bobby Ballow
    bobby.ballow@us.af.mil
    Files
    Title
    Posted
    This government file, Appendix C, outlines the mandatory Industrial Safety and Health Requirements for BAF# 78362 – 3DXpert Software. Contractors must develop a comprehensive Safety and Health Plan detailing compliance with federal, state, and local laws, including OSHA, and Air Force directives (DAFI 91-202, DAFMAN 91-203). The plan must address specific processes, not just reference standards, and include all local procedures. Key areas covered are environmental, safety, and occupational health (ESOH), Voluntary Protection Programs (VPP), employee protection, inspections (including no-notice OSHA visits), and detailed mishap notification procedures (Class A-E). The document also mandates specific safety protocols for impoundment, general safety programs, and addresses a wide range of operational aspects such as pedestrian and motor vehicle rules, Foreign Object Damage (FOD) prevention, protective barriers, working surfaces, excavations, scaffolding, various aerial lift devices, fall protection, cranes, hazardous materials, compressed gases, materials handling, hazardous waste, personal protective equipment, respiratory protection, confined spaces, welding, electrical safety, lockout-tagout, machinery guarding, tools, toxic substances, hazardous communications, demolition, heat stress, environmental controls, hearing conservation, medical and first aid, aircraft grounding, batteries, flammable liquids, system modification, soldering, housekeeping, electrostatic discharge, cryogenics, work stands, severe weather, fire protection, explosive safety, airfield criteria, and airfield rescue and firefighting. Compliance with these stringent requirements is essential for contractor acceptance and work commencement.
    DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. It outlines the data items a contractor must deliver under a contract, detailing requirements such as data item number, title, authority, contract reference, requiring office, frequency, and submission dates. The form also includes instructions for both government personnel in preparing the CDRL and contractors in estimating prices for data items based on four distinct groups (Group I-IV), ranging from data not essential to the primary effort to data developed as part of normal operating procedures. A specific example within the document, related to "3DXpert Additive Software," highlights the requirement for all contractor and subcontractor personnel working on Robins AFB to complete Air Force-provided initial Environmental Management System (EMS) Awareness Training. Completion notification must be sent to the Robins AFB Contracting Officer (CO) and Contract Surveillance Management Office (CSMO) POCs, with failure to provide documentation potentially leading to contract termination.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for government contracts to specify data deliverables. This document outlines the requirements for submitting data items, including titles, authority, contract references, requiring offices, frequency, and distribution. It also provides detailed instructions for both government personnel in preparing the form and contractors in estimating prices for data items based on four groups of effort: Group I (data not essential to primary effort), Group II (data essential but requiring additional work to conform to government requirements), Group III (data developed for internal use with minimal changes), and Group IV (data developed as part of normal operating procedures at no cost). The form emphasizes the importance of energy management system (EnMS) compliance and associated training for contractors at Robins AFB due to WR-ALC's ISO 500001 certification. Contact information for various government points of contact is also provided.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables from contractors. This form details the requirements for a Contractor's Safety Plan, designated as data item A003 for the '3DXpert Additive Software' system. The safety plan, based on authority DI-SAFT-82080/T NOT 1 and contract reference PD Para 4.13.1, is required by WR-ALC/SE (Safety Office). A draft safety plan must be submitted electronically within 10 working days of contract award for a five-working-day government review. If no changes are noted or no reply is received within this period, the draft is considered final. The contractor must also submit Appendix C, supplied by the Government, annotating any non-applicable items. The final copies are due 10 working days after government acceptance of the draft, with revisions as needed. The document also provides instructions for government personnel on completing the form and for contractors on estimating prices for data items based on four groups of effort, emphasizing that prices should only reflect costs directly attributable to data production, not rights in data.
    DD Form 1423-1, "Contract Data Requirements List," is a crucial government form used for federal government RFPs, federal grants, and state/local RFPs to specify data deliverables from contractors. It details requirements for items such as accident/incident reports, outlining submission frequency, distribution, and content. The form also provides instructions for both government personnel in completing the document and contractors in estimating pricing for data items based on the effort required for their production. The document emphasizes the importance of timely and accurate reporting of mishaps, including contact information and specific data points required for initial and follow-up notifications. This ensures compliance, safety, and effective contract management within government operations.
    The Robins Air Force Base (AFB) 402nd Commodities Maintenance Group (CMXG) requires a contractor to provide 3DXpert Additive Software, including Elite and Slicer Concept Laser subscriptions, along with three days of on-site training for up to four personnel. The software must be delivered electronically within two weeks of contract award, and training must be scheduled within three weeks. The contractor must adhere to various security regulations, including NISPOM and OPSEC, and comply with supply chain risk management, environmental management systems (EMS), and energy management system (EnMS) training requirements. A safety program and prompt mishap notification are also mandatory. The place of performance is Robins AFB, GA, with specific work hours and holiday observations outlined. The contractor must wear identification and follow base access procedures.
    This document is a Request for Quote (RFQ) No. FA857126Q0014 for commercial products and services, specifically the 3DXpert Additive Software, required by the Commodities Maintenance Group (CMXG) at Robins Air Force Base, Georgia. The solicitation includes line items for software subscriptions, on-site training, and various reports (Environmental Management System, Energy Management System, Contractor's Safety Plan, Accident/Incident Report). It outlines delivery schedules, inspection and acceptance criteria, and payment instructions via Wide Area WorkFlow (WAWF). The document also incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering areas such as electronic submission of payment requests, unique item identification, small business programs, labor standards, and prohibitions on certain foreign technologies, including a specific prohibition on ByteDance applications and unmanned aircraft systems from covered foreign entities. An Ombudsman has been appointed for dispute resolution.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Digital Engineering Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole-source Firm Fixed Price contract for Digital Engineering Services to Dassault Systemes (DS). The procurement aims to secure comprehensive support for the 3D Experience (3DX) application, which includes configuring, customizing, training, and providing full-time equivalent support, essential for advancing digital engineering initiatives and leveraging existing software licenses. The 3DX application serves as a critical product lifecycle management tool that integrates various supporting applications, with a performance period extending from July 2022 to September 2025, funded by RDT&E resources. Interested parties can reach out to Kevin Daigle, Contract Specialist, at kevin.daigle.3@us.af.mil or Melissa Hobley, Contracting Officer, at melissa.hobley@us.af.mil for further inquiries.
    MAFT (IFT-R)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    CensiTrac Laser Instrument Marking Machine
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a CensiTrac Laser Instrument Marking Machine through a sole source justification. This specialized equipment is essential for marking instruments used in hospital settings, falling under the category of hospital furniture, equipment, utensils, and supplies. The procurement aims to enhance operational efficiency and ensure compliance with medical standards. Interested vendors can reach out to primary contact Adalie Greig at adalie.greig@us.af.mil or secondary contact Marcus Thomas at marcus.thomas.3@us.af.mil for further details regarding this opportunity.
    B-2 TLX Kits, FA821322R3003
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 for further details.
    Simio Software License(s) Hill AFB, UT
    Buyer not available
    The Department of Defense, specifically the United States Air Force, is seeking to procure seven (7) Simio RPS Edition Single User Annual Subscription Licenses – Node Locked for use at Hill Air Force Base in Utah. This procurement aims to fulfill a requirement for software that includes technical support and updates, essential for operational efficiency within the Air Force. The licenses are expected to be delivered within 30 days after receipt of order to the designated shipping address at Hill AFB. Interested vendors should contact Kevin Hutchison at kevin.hutchison.2@us.af.mil or Devin Laughter at devin.laughter@us.af.mil for further details and to express their interest in this opportunity.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    Redacted Brand-Name LSJ for Google Cloud Products in Support of AETC 19 AF Pilot Training Transformation (PTT) Program.
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for a Redacted Brand-Name LSJ to support Google Cloud Products as part of the AETC 19 AF Pilot Training Transformation (PTT) Program. This opportunity involves high-performance computing hardware and perpetual license software, which are critical for enhancing pilot training capabilities and operational efficiency. The place of performance for this contract will be at Joint Base San Antonio Randolph in Texas. Interested parties can reach out to Joseph N. Sitterly at joseph.sitterly.2@us.af.mil for further details regarding this procurement opportunity.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Buyer not available
    The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for training in the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide Initial Qualification Training (IQT) for up to six personnel biannually, encompassing a comprehensive ten-day course that includes system fundamentals, supervised build instruction, and extensive flight training. This training is critical for enhancing the operational capabilities of unmanned systems operators within the military context. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations by December 17, 2025, with the contract expected to commence on January 15, 2026, contingent upon future funding availability. For inquiries, contact Jeffrey S. Morris at jeffrey.s.morris.civ@socom.mil.
    SSC/SZQ AutoCAD Mandatory Source ESI 1 ur License Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to renew a mandatory source license for AutoCAD software, identified by DLT Part No: 9701-1004935 and MGF Part No: C1RK1-00N755-L640. This procurement is essential for maintaining operational capabilities within the Air Force, as AutoCAD is a critical tool for design and engineering tasks. The place of performance for this contract will be in Colorado Springs, CO, and interested vendors can reach out to Heather Baldwin at heather.baldwin.4@spaceforce.mil or by phone at 440-990-5730 for further details. The opportunity is categorized under IT and Telecom - Business Application Software, with a PSC code of 7A21.
    Manufacturing Consumables BPA
    Buyer not available
    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.