Laser Replacement for SLA Printer/WORK STOPPAGE - Need Digital Laser Head assembly for existing 3D Printer.
ID: 80NSSC25892264QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MISCELLANEOUS MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4940)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking to procure a Digital Laser Head assembly for an existing SLA printer to address a critical work stoppage at its Manufacturing Applications Branch. This procurement is a sole source requirement, specifically targeting 3D Systems, Inc., as the only manufacturer capable of supplying the necessary component under an existing maintenance agreement that provides significant financial benefits, including a 20% discount on parts and expedited shipping. The urgency of this acquisition is underscored by the need to restore operations at NASA's Langley Research Center, with interested parties invited to submit their capabilities and qualifications by 7 a.m. CST on January 9, 2025. For further inquiries, potential vendors can contact Shanna Patterson at shanna.l.patterson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Manufacturing Applications Branch (MAB) is experiencing a work stoppage due to the need for a replacement digital printhead assembly (Part 282069K01) for its Project HD 7000 3D Printer. MAB has requested that 3D Systems, the manufacturer of the printer, provide this essential component to resume operations. Despite having a standard maintenance agreement that expires in February 2025, this contract does not cover the printhead replacement. However, the maintenance agreement offers a 20% discount on parts and provides onsite labor support alongside next business day shipping for parts. Overall, the document emphasizes the urgency of acquiring the printhead assembly to alleviate the work stoppage and restore the functionality of the 3D printer, underscoring the importance of swift action to maintain operations within the MAB.
    The National Aeronautics and Space Administration (NASA) recommends negotiating exclusively with 3D Systems for the procurement of a Digital Printhead assembly. This sole sourcing is justified due to the unique capabilities of 3D Systems as the sole manufacturer that can supply the necessary part for repair, essential under an existing maintenance agreement. This agreement, which runs until February 2025, provides significant financial benefits, including a 20% discount on parts, onsite labor support, and expedited next-day shipping for parts. Adopting a different vendor could jeopardize this arrangement, potentially voiding the maintenance plan and negating cost savings, alongside compatibility issues. The recommendation underscores the impracticality of competition in this scenario based on specific requirements and existing agreements. Overall, the document outlines a clear business case for selecting a single source due to unique product specifications, existing contractual agreements, and financial implications for NASA.
    NASA’s National Suborbital Research Center (NSSC) requires a replacement digital laser head assembly for an SLA printer to resolve work stoppage issues. A sole source contract is proposed with 3D Systems, Inc., identified as the only provider capable of meeting this need, under FAR 13.106-1(b)(1)(i). The procurement will follow commercial item acquisition regulations per FAR Part 12 and 13, with services performed at NASA's Langley Research Center. The relevant NAICS code is 811210. Interested parties can submit their capabilities and qualifications by 7 a.m. CST on January 9, 2025, but oral communications are not accepted. The government's decision to alter its approach to contracting based on submitted responses lies solely within its discretion. Contact information for the procurement specialist is provided, along with the Center Ombudsman’s details for inquiries related to the acquisition.
    Similar Opportunities
    Notice of Sole Source Justification: Velo3D Sapphire Additive Manufacturing System 1-Year Lease
    National Aeronautics And Space Administration
    NASA's Marshall Space Flight Center (MSFC) is seeking to award a sole source contract for a one-year lease of the Velo3D Sapphire Metal Additive Manufacturing (AM) System from Velo3D Inc. This procurement is critical for NASA's evaluation and certification of flight components for the Human Landing System (HLS) and Space Launch System (SLS) vehicles, as hands-on experience with this specific machine is necessary to ensure safety and compliance in manufacturing processes. The Velo3D Sapphire system is uniquely positioned to meet the high-risk evaluation needs identified by the NASA Engineering Safety Center (NESC), which is managing this project. Interested parties can direct inquiries to Yong Castillo at yong.h.castillo@nasa.gov or Sadie Moulton at sadie.m.moulton@nasa.gov for further details.
    Thermoplastic composite prepreg
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure Thermoplastic composite prepreg, with the intention of issuing a sole source contract to JDR Industries, Inc., the sole provider of this material. This procurement is critical for NASA's projects, particularly in the development of advanced composite structures for aerospace applications, and will be performed at the NASA Langley Research Center. Interested organizations are invited to submit their capabilities and qualifications by 12:00 p.m. Central Standard Time on December 15, 2025, to the primary contact, Monica Wilson, at monica.d.wilson@nasa.gov, as the government will evaluate submissions to determine if a competitive procurement is warranted.
    Sound Level Calibrator (qty1)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Sound Level Calibrator (quantity 1) through a sole source contract with HOTTINGER BRUEL & KJAER INC., the sole provider for this equipment. This procurement is part of a broader initiative to enhance NASA Kennedy Space Center's (KSC) acoustic testing and environmental monitoring capabilities, which also includes additional high-precision microphone measurement equipment. Interested organizations are invited to submit their capabilities and qualifications in writing by 12 p.m. Central Standard Time on December 17, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive procurement.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov.
    AirSpan AirSpeed 2900 Outdoor gNB, Accessories, Software & Support
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of AirSpan AirSpeed 2900 Outdoor gNB, along with necessary accessories, software, and support. This requirement is a brand-name small business set-aside, aimed at enhancing NASA's telecommunications capabilities, and falls under the NAICS Code 541519. Interested vendors must ensure they are registered with www.sam.gov and comply with specific provisions related to telecommunications and video surveillance equipment. Quotes are due by September 22, 2025, at 12 p.m. CT, and all inquiries should be directed in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 19, 2025, at 10 a.m. CT.
    DEPLOYMENT SYSTEM WITH SPHERICAL ELECTRODES FOR SOUNDING ROCKETS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a "Deployment System with Spherical Electrodes for Sounding Rockets," specifically designed for analytical laboratory applications. This procurement is set aside for small businesses under the NAICS Code 334516, emphasizing the importance of innovative solutions in aerospace technology. Interested offerors must submit their quotes by December 18, 2025, at 3:00 p.m. CT, and direct any inquiries to Cody Guidry at cody.d.guidry@nasa.gov, ensuring compliance with SAM.gov registration requirements and other specified provisions.
    LaRC Abaqus Software Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    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.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.