Stratasys 3D Printer Maintenance
ID: FA812525Q0043Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the maintenance of Stratasys 3D printers located at the Oklahoma City Air Logistics Complex. The procurement involves comprehensive annual preventive maintenance services for six specific Stratasys models, including call center support, on-site maintenance, user training, and priority scheduling for urgent issues. These services are critical for ensuring the operational efficiency of advanced 3D printing technologies used in defense applications. Interested parties can contact Linsey Laird at Linsey.Laird@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil for further details, with the solicitation emphasizing compliance with safety regulations and federal contracting standards.

    Point(s) of Contact
    Files
    Title
    Posted
    The document lists equipment from Stratasys, specifically detailing several 3D printers, including models Fortus 450mc and Fortus F900, along with their respective serial numbers. This equipment list may pertain to a government RFP or grant application related to advanced manufacturing or technology initiatives. Identifying these printers indicates the potential for use in various projects requiring high-quality 3D printing capabilities, possibly for prototyping or production purposes. The inclusion of specific equipment serial numbers suggests a need for precise documentation and inventory management within the context of government funding or state and local RFPs. Overall, the document serves to inform stakeholders of the available 3D printing resources, supporting technology-driven initiatives.
    The document outlines the safety requirements for contractors working at Tinker Air Force Base through the "Low Risk" Safety Appendix C. It emphasizes the paramount importance of safety, urging all personnel—including military, civilian, and contractors—to proactively identify and address hazards. The "Speak Out for Safety" initiative encourages reporting unsafe conditions. Contractors must comply with various safety regulations, including OSHA standards, and are required to develop and submit a site-specific safety plan within ten days post-contract award. This plan must include a hazard analysis, assignment of safety personnel, and regular safety training. Additionally, the contractors are responsible for mishap notification within one hour of an incident and cooperating with government investigations. They must also implement a system for documenting and reporting unsafe conditions, underscoring their responsibility for the safety of their employees and the public, while ensuring the protection of government personnel and property. Overall, the document serves as a comprehensive guideline for maintaining a safe working environment within the context of government contracts.
    The Stratasys Direct Service Plans Chart outlines three service plan tiers—Sapphire, Emerald, and Diamond—providing various levels of support for Stratasys equipment. Each plan includes access to phone and on-site support during business hours, with priority service scheduling based on urgency. Preventative maintenance is included, with the number of on-site visits varying by plan, while all three tiers provide parts replacement for defective items. Additionally, hardware and software updates are available throughout the contract duration. Training is offered for users, with discounts based on the service plan. Notably, PolyJet and F123 Series print heads are available under different terms, including some at discounted rates or free replacements, depending on the specific models. The Diamond plan provides the most comprehensive service, covering both spare parts and service consumables, unlike the other plans. Backup printing services are offered as needed during on-site service assessments. This structured service offering aims to support government and institutional user needs for efficient operation and maintenance of 3D printing technologies while ensuring compliance with contractual obligations outlined in potential federal RFPs and grants.
    The Performance Work Statement (PWS) outlines the requirements for annual preventive maintenance of six Stratasys 3D printers at the Oklahoma City Air Logistics Complex. The contractor will provide comprehensive services under the “Emerald Care” package, including call center support, on-site maintenance, user training, and priority scheduling for issues. Key service elements include annual preventive maintenance, replacement of defective parts, integration of software updates, and discounts on additional services. The contractor is responsible for maintaining compliance with environmental regulations and ensuring the safety of personnel and equipment during operations. This includes training for environmental awareness and adherence to hazardous material protocols. The contractor must maintain clear communication with the government and coordinate repairs and maintenance effectively, with all repairs needing prior authorization from the contracting officer. Work hours are defined from Monday to Friday, and the contractor’s staff must be certified and identifiable while on site. In case of emergencies or spills, prompt action and reporting procedures are mandated. This document serves to ensure the efficient and safe maintenance of 3D printing equipment critical to defense operations, emphasizing regulatory compliance and safety in a government setting.
    The document outlines a solicitation for commercial products and services specifically designed for Women-Owned Small Businesses (WOSB). It details the basic structure and required information for potential contractors, including sections for requisition and contract numbers, award dates, item descriptions, and pricing. Key elements include guidelines for submitting offers, specific contractual terms, and conditions for payment along with contact information for inquiries. The solicitation emphasizes compliance with various federal regulations and indicates if the contract is set aside for economically disadvantaged women-owned small businesses or other designated categories. The form requires signatures from both the contractor and the contracting officer, solidifying the agreement to fulfill the specified terms. Overall, this document is a formal invitation aimed at facilitating procurement from diverse small business entities, thereby promoting inclusivity in government contracting.
    The document outlines wage determinations under the Service Contract Act as established by the U.S. Department of Labor's Wage and Hour Division. It specifies the minimum wage requirements for contracts based on Executive Orders 14026 and 13658, applicable to contracts awarded after certain dates, detailing a minimum wage of $17.75 for contracts post-January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The document includes a comprehensive wage table with rates for various occupations, such as administrative support, automotive service, and healthcare positions, applicable primarily in Oklahoma counties. It emphasizes the responsibility of contractors to provide fringe benefits and paid sick leave under related executive orders. Additionally, it outlines the conformance process for unlisted job classifications, ensuring fair compensation in accordance with the wage determination. This document serves as a guideline for federal contracting and compliance with wage and labor standards, emphasizing transparency, worker rights, and adherence to federal regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Stratasys 3D Printer
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide a Stratasys J35 3D printer for use at Patrick Air Force Base in Florida. This procurement is part of a Sources Sought notice aimed at gathering information for a potential small business set-aside requirement, emphasizing the need for a high-fidelity, UV-cured, resin-based printer to replace the existing Objet30, which will cease production by 2025. The J35 printer is critical for maintaining high-precision chemical-resistant part production and tooling within the Air Force Technical Applications Center (AFTAC). Interested vendors must submit their capabilities packages, including company information and relevant experience, by March 12, 2025, to the primary contact at 45CONS.PKB.email@us.af.mil, with the understanding that registration with SAM is mandatory for eligibility in contract awards.
    MXG 3D Printer
    Buyer not available
    The Department of Defense, specifically the Tennessee Air National Guard, is soliciting proposals for the procurement of a 1kW Laser Metal Wire 3D Printer, along with installation and training services. The contract is set aside for small businesses and requires the contractor to deliver, assemble, and install the printer at McGhee Tyson ANG Base, ensuring proper site clean-up and compliance with federal regulations. This initiative reflects the government's commitment to enhancing technological capabilities through advanced manufacturing equipment, which is crucial for operational efficiency and innovation. Proposals are due by March 19, 2025, at 10:00 AM EST, and interested vendors should contact Brian Morelock at brian.morelock.1@us.af.mil or Andrew Headrick at andrew.headrick@us.af.mil for further details.
    Purchase a Direct to Substrate Printer with Maintenance or Warranty for 60 months
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the purchase of a Direct to Substrate Printer, which must include maintenance or warranty services for a duration of 60 months. This procurement aims to enhance printing capabilities for various applications within the agency, ensuring high-quality and efficient production of printed materials. The printer falls under the NAICS code 333310, which pertains to Commercial and Service Industry Machinery Manufacturing, and is categorized under the PSC code 3610 for Printing, Duplicating, and Bookbinding Equipment. Interested vendors can reach out to David Purvis at david.1.purvis@DLA.mil or call 717-770-4906 for further details regarding the solicitation process.
    Request for Information on Qualification of Additive Manufacturing Vendors for Airworthiness Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) to qualify additive manufacturing vendors for the production of flight-critical components. This initiative aims to gather white papers detailing vendor capabilities in assessing airworthiness parts, focusing on quality management systems, material qualifications, process controls, design optimization, and compliance with relevant regulations. The DAF emphasizes the importance of a standardized qualifying approach to enhance the safety and operational readiness of its aircraft components through effective additive manufacturing. Interested vendors must submit their white papers by April 22, 2025, and can direct inquiries to Andrew Gross at andrew.gross.4@us.af.mil or Matthew Mercer at matthew.mercer.5@us.af.mil.
    Three (3) Makino F9’s Vertical Machining Center and two (2) Makino a81nx Machining Center
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to procure three (3) Makino F9’s Vertical Machining Centers and two (2) Makino a81nx Machining Centers. This procurement aims to enhance machining capabilities, which are critical for various defense manufacturing processes. The equipment will be utilized in Carlton Landing, Oklahoma, and is categorized under the NAICS code 333517 for Machine Tool Manufacturing and PSC code 3417 for Milling Machines. Interested vendors can reach out to Jasmine Johnson at Jasmine.1.Johnson@dla.mil or call 804-279-5094 for further details regarding this presolicitation opportunity.
    Laser Engraver
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of an Epilog Fusion PRO 36 Dual Source Laser system, along with associated installation, training, and advanced software services. This advanced laser engraving system is crucial for various applications within the military, emphasizing the need for high-quality engraving capabilities and operational efficiency. Interested vendors must comply with specific requirements outlined in the solicitation, including dimensions, power specifications, and warranty provisions, and are encouraged to submit their proposals, including detailed pricing, by the specified deadlines. For further inquiries, potential offerors can contact Katie Nieft at katie.nieft@us.af.mil or Patrick Enriquez at patrick.enriquez.4@us.af.mil.
    Test, Teardown, and Evaluation (TT&E) Mazak VTC NC Vertical Turning Center
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals from qualified small businesses for a one-time Test, Teardown, and Evaluation (TT&E) of a Mazak VTC NC Vertical Turning Center. The contractor will be responsible for providing labor, tools, parts, and quality control necessary to assess the machine, which has known issues such as a leaking pallet changer and an E-stop function failure, and must deliver a detailed evaluation report within one business day. This procurement is crucial for maintaining operational efficiency and safety standards within the Air Force's equipment management. Proposals are due by March 11, 2025, with a preference for electronic submissions, and interested vendors should contact Shanita Manuel at shanita.manuel@us.af.mil for further information.
    VLM Maintenance for DLA Distribution Oklahoma City, OK (DDOO)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide maintenance services for Vertical Lift Modules (VLM) at its distribution center in Oklahoma City, OK. The procurement aims to establish a firm fixed-price contract for both preventive and corrective maintenance services, ensuring the operational availability of the VLMs, which are critical for efficient material handling within the facility. The contract will cover a base year from April 1, 2025, to March 31, 2026, with two optional performance years, and requires contractors to demonstrate technical capability and past performance. Interested parties must submit their proposals via email by March 17, 2025, and can contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or 717-770-4285 for further information.
    Incremental Forming Design and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide Incremental Forming Design and Maintenance support for the Machina Labs Incremental Forming Robotic Cell located at Robins Air Force Base in Georgia. The procurement encompasses essential services such as preventive maintenance, software updates, training, and calibration, aimed at ensuring the optimal performance of advanced manufacturing technologies utilized by the 402d Commodities Maintenance Group. This contract, structured as a firm-fixed-price agreement with a base year and two optional years, is set aside for small businesses, particularly targeting women-owned and economically disadvantaged enterprises. Interested parties should contact Andrea Cervantes at andrea.cervantes.1@us.af.mil or De'Anna Thompson at deanna.thompson.3@us.af.mil for further details, with the performance period expected to commence on April 16, 2025.
    Cleaning Laser Ablation Depaint System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Cleaning Laser Ablation Depaint System (CL2000) for the Warner Robins Air Logistics Complex in Georgia. The procurement involves the delivery, installation, and training for two CL2000 systems, which are intended to replace existing media blasting processes that pose safety and environmental risks. This initiative is crucial for enhancing safety during aircraft maintenance operations and ensuring compliance with Occupational and Environmental Exposure Limits. Interested contractors should reach out to Natalie Roberson at natalie.roberson@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further details, with proposals due by March 14, 2025, following an amendment to the solicitation.