FORTUS 450MC 3D PRINTER
ID: FA857125Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Machine Tool Manufacturing (333517)

PSC

MISCELLANEOUS SPECIAL INDUSTRY MACHINERY (3695)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Industrial Safety and Health Requirements for contractors working with the Fortus 450MC 3D Printer at Robins Air Force Base. It mandates compliance with federal, state, and local safety laws, specifically OSHA regulations, emphasizing that the contractor is responsible for maintaining a safe work environment for all employees, including subcontractors. Key elements include the requirement for a detailed Safety and Health Plan tailored to the contractor's specific processes. The plan must address environmental safety, mishap notification procedures, and establish a comprehensive accident and incident reporting system. Contractors are instructed to provide personal protective equipment and ensure proper training in hazard recognition. Regular inspections by Air Force safety officials and OSHA inspectors are sanctioned to ensure compliance, with non-compliance potentially leading to work stoppages and fines, which the contractor must bear. The importance of communication, incident reporting, and structured emergency response is a strong theme throughout the document. Ultimately, these requirements illustrate the federal government's commitment to workplace safety and risk prevention in contract execution.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) used in federal contracting, specifically focusing on the submission of a calibration certificate for the Fortus 450MC 3D printer. This form requires contractors to provide essential data related to their contractual obligations, including the item being acquired, the contractor's information, and the specifics of the required data submission. The calibration certificate must verify the printer's calibration, detailing the serial number, calibration date, and applicable national standards. Key points include the requirement for submission within five days post-calibration, along with the identification of primary and alternate government points of contact for coordination. The document also describes the intended use and categorization of the data. The instructions give comprehensive guidance on completing the form, emphasizing clarity in expectations for both the government and contractors regarding data submission frequency and content. This document is critical for maintaining compliance and ensuring the quality of equipment procured under government contracts, reinforcing the larger framework of federal contractual processes.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for the Department of Defense, establishing essential documentation for data items needed in contracts. This specific form relates to a requirement associated with the Fortus 450MC 3D Printer and includes aspects like Data Item No., Title, Contract references, and Government contact points. It emphasizes contractor compliance with Air Force Environmental Management System (EMS) training for all personnel at Robins AFB, which must be documented to avoid contract termination. The document outlines submission requirements, frequencies, and distribution details related to data item delivery. It clarifies specifics about data categorization—such as Technical Data Packages and Technical Manuals—and provides guidance on pricing based on the type of data required and its relevance to contracted efforts. Accuracy in reporting and adherence to timelines are crucial, with significant oversight from various Government Points of Contact. Ultimately, it supports the structuring of contract information to ensure compliance, effective management, and operational integrity within government contracting structures.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) necessary for managing data submissions related to a specific contract, particularly for contractors associated with the Fortus 450MC 3D Printer project at Robins Air Force Base. Key elements include defining data item specifications, submission timelines, training requirements under the Energy Management System (EnMS), and responsibilities for ensuring compliance with ISO 50001 certification. Contractors must ensure their personnel complete EnMS training to adhere to strategic energy management guidelines. The document also details contact information for relevant government personnel, including the contracting officer and energy office points of contact. The form includes extensive instructions for completing each section, emphasizing the importance of categorizing data items correctly and estimating associated costs according to specified groups. This structure facilitates effective contract management and accountability in data handling, crucial for government contracting processes.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for procurement within the Department of Defense (DoD). It outlines essential data item requirements related to contracts, specifying aspects such as the contract line item number, contractor information, and data item title. The document mandates the contractor to notify the Robins Air Force Base Safety Office regarding any incidents or mishaps affecting DoD property within established time frames. It requires detailed follow-up reports containing critical information about the incident, including causes, cost estimates, and corrective actions. In terms of administrative guidance, the form includes instructions for completing the sections, detailing various categories of data submissions, the frequency of required reports, and distribution protocols. Notably, it categorizes data items into several price groups based on their necessity and associated costs. This framework assists the government in managing contract data while ensuring compliance with relevant regulations and safety protocols. Overall, the document plays a vital role in contract management within federal procurement processes, particularly ensuring safety and accountability in operations.
    The document outlines the procurement requirements for a Fortus 450MC Gen 2 Preferred System 3D Printer for the 402d Commodities Maintenance Group at Robins Air Force Base in Georgia. It specifies that the contractor must provide installation, training, maintenance, and calibration of the printer, along with annual service support including technical support, preventive maintenance, and necessary software and hardware upgrades. The performance of the printer must be accepted by government representatives after testing post-installation. The delivery timeline is two weeks post-award, with additional provisions for safety protocols and training requirements for contractor personnel on environmental and energy management systems. Furthermore, the contract includes a one-year warranty with options for two additional years and mandates adherence to security and operational standards at the base. Overall, this document serves as a comprehensive request for proposal (RFP) detailing the specifications, responsibilities, and expectations for the successful contractor in the procurement of advanced 3D printing technology for military applications.
    The document is a solicitation for the purchase of a Fortus 450MC 3D Printer, which will be used by the 402d Commodities Maintenance Group at Robins Air Force Base, Georgia. It serves as a Request for Quotation (RFQ) and outlines the requirements, items, and terms for the commercial procurement, including installation, training, and maintenance plans. The printer is a sole-source acquisition from Stratasys, Inc. and is categorized under commercial products and services per the Federal Acquisition Regulation (FAR). Key components listed include various line items of services and supplies, pricing arrangements, and contractor responsibilities, emphasizing the necessity for certification, environmental management plans, and compliance with relevant federal contract clauses. Delivery and inspection details are specified, requiring timely delivery and acceptance procedures at designated locations. The document’s structure includes sections for identification, item descriptions, pricing, specials instructions, and contract administration, conforming to procurement regulations. The solicitation demonstrates the government's commitment to adhering to regulations while effectively acquiring essential technical equipment for military purposes.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, with revisions effective July 22, 2024. It establishes minimum wage rates for various occupations within specific counties in Georgia, setting mandatory pay thresholds for federal contractors and sub-contractors. For contracts initiated after January 30, 2022, the minimum hourly wage is $17.20, adhering to Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 under Executive Order 13658. The document includes detailed wage rates for numerous job classifications, fringe benefits, and outlines policies related to sick leave, vacation, and uniform allowances. Additionally, the file discusses the conformance process for unlisted job classifications, stressing the importance of compliance with wage determinations to avoid violations. This information functions to ensure just remuneration for workers engaged in service contracts and promotes adherence to federal labor standards across various occupations and regions.
    Lifecycle
    Title
    Type
    FORTUS 450MC 3D PRINTER
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sole Source requirement to Original Equipment Manufacturer (OEM) for repair services to the Stratasys Fortus FDM 400MC 3-D Printer.
    Active
    Dept Of Defense
    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.
    Laser Engraver
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Fusion Pro 48 CO2 laser engraver or an equivalent model, intended for use at Keesler Air Force Base in Biloxi, Mississippi. The requirements include a high-speed large format engraver with specific capabilities such as a work area of 48” x 36”, compatibility with Windows 10 or newer, and advanced functionalities like automatic focus and job tracing. This equipment is crucial for enhancing the engraving capabilities of the Keesler Arts & Crafts Center, thereby improving the range of services offered to the community. Interested small businesses must submit their proposals by October 21, 2024, and direct inquiries to SSgt Taylor Williams at taylor.williams.26@us.af.mil or Kimbery L. Alvarez at kimberley.alvarez.1@us.af.mil.
    ECOLBE Brake Tester
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide a C-5 ECOLBE Brake Tester for the 402d Aircraft Maintenance Group at Robins Air Force Base in Georgia. The contractor will be responsible for delivering a fully assembled and operational brake testing device, constructed in accordance with specific drawings, and must adhere to a firm delivery timeline while ensuring compliance with Department of Defense regulations, including a 12-month warranty and supply chain risk management protocols. This procurement is critical for maintaining aircraft safety and efficiency, emphasizing the importance of quality assurance and regulatory compliance in military aircraft servicing. Interested vendors must register in the Joint Certification Program to obtain bid documents and can contact Tarmeka Battle or Lasonia Anderson via email for further information. The solicitation will be conducted under RFQ No. FA857125Q4248, with a total small business set-aside under NAICS code 336413.
    TF33 STATORS (VANES & SHROUDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors to provide TF33 stators (vanes and shrouds) for military aircraft engines, under Solicitation FA812124R0031. The procurement involves a firm-fixed-price request for proposal (RFP) for commercial items, with a focus on ensuring that the components meet stringent military specifications and quality standards. These stators are critical for maintaining the operational readiness of the Air Force fleet, reflecting the ongoing need for specialized military parts. Interested contractors must submit their quotes by October 23, 2024, and are encouraged to contact Jonathan Arias Jr. at jonathan.arias.4@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil for further information.
    Torque system (Brand Name or Equal), Travis AFB, CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the 60th Maintenance Squadron at Travis Air Force Base, is seeking qualified small businesses to provide a new torque system and wheel build-up stand for aircraft wheel assembly. The procurement includes the delivery and installation of a Bauer Model 8071 Wheel Build-Up Stand and a Bauer Model 8731 Torque System, which are critical for assembling wheels for C-17, C-5, and KC-46 aircraft, as the current equipment is non-functional and has significantly reduced production capacity. Interested vendors must submit their quotes by October 18, 2024, ensuring compliance with federal regulations and registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or TSgt Isaiah Searles for post-contract questions.
    77475 - RUBIDIUM FREQUENCY STANDARD 3EA P/N 15230-104
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of three Rubidium Frequency Standards (Part Number 15230-104) for the Versatile Diagnostic Automatic Test Station (VDATS) at Robins Air Force Base in Georgia. The contractor is required to provide all necessary parts, materials, equipment, and shipping to fulfill this request, which is critical for ensuring the operational reliability of military diagnostic systems. This procurement is a sole source request directed to Microchip Technology Inc., with a performance period from October 25, 2024, to October 24, 2025. Proposals must be submitted by 3:00 PM on October 18, 2024, and interested parties can contact Patrick Hulett or Valerie Evans via email for further information.
    Dry Ink Printer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from qualified vendors regarding the procurement of a Dry Ink Printer for the Anniston Army Depot (ANAD) in Alabama. The objective is to replace the outdated Noritsu D703 printer with a new device, such as the Epson SureLab D1070 Mini Lab Photo Printer or an equivalent model, that meets specified technical requirements, including print resolution, capacity, and media compatibility, along with a five-year warranty. This procurement is crucial for maintaining operational efficiency and compliance with security protocols, as the selected contractor will be responsible for delivery, installation, and user training. Interested parties must submit their responses to the Request for Information (RFI) by October 23, 2024, at 10 AM CST, to the primary contact, Reese Wells, at christopher.r.wells36.civ@army.mil.
    Essential Engineering, Research, and Development Capabilities at Robins AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting a market survey to identify educational, nonprofit institutions, or federally funded research and development centers capable of providing essential engineering, research, and development services at Robins Air Force Base (RAFB) in Georgia. The procurement aims to augment and extend the organic engineering capabilities of the U.S. Air Force and its Foreign Military Sales partners, focusing on areas such as structural engineering, reliability-centered maintenance, software development, and cybersecurity. This initiative is critical for maintaining and improving weapon system availability and operational safety at RAFB, with contractors expected to manage all aspects of the contract, including quality control and safety compliance. Interested parties should contact Adney Keel at adney.keel@us.af.mil or Kristen Campbell at Kristen.campbell.2@us.af.mil for further information, noting that participation in this survey does not guarantee future contract awards.
    USAF and Foreign Military Sales (FMS)/DoD Precision Attack SNIPER, Infrared Search and Track (IRST), Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Production and Sustainment Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the production and sustainment support of the Sniper Advanced Targeting Pod (ATP), Low Altitude Navigation and Targeting Infrared for Night (LANTIRN), and Infrared Search and Track (IRST) systems, primarily for the U.S. Air Force and Foreign Military Sales (FMS). The contract will encompass a three-year base ordering period with an option for an additional four years, allowing for a total of up to 7.5 years of performance, and will include various Contract Line Item Numbers (CLINs) for production and sustainment services. These systems are critical for enhancing targeting capabilities and operational effectiveness in military operations. Interested contractors should contact Ashley Davis at ashley.davis.53@us.af.mil or Shameka Schley at shameka.schley@us.mil for further details, with proposals expected to adhere to the outlined requirements and timelines.
    Re-palletization and shipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the re-palletization and shipment of assets currently located at Raytheon Technologies (RTX). The primary objective of this procurement is to facilitate the repair of pallets at RTX and their subsequent shipment to a predetermined location, with the requirement that all proposals demonstrate access to the secure RTX facility. This contract is significant as it involves the handling of guided missile components, and the selected contractor will be awarded a sole source Firm Fixed Price contract, with the shipment expected to occur on or before April 1, 2025. Interested parties should contact Jesse Whinham at jesse.whinham@us.af.mil or call 801-775-3237 for further details and to request specific performance indicators (SPIs) necessary for proposal submission.