Notice of Intent to Sole Source Stratasys 3D Printer Maintenance
ID: N68520-25-SIMACQ-JC00000-0222Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole source contract to Stratasys, Inc. for the maintenance of seven Stratasys 3D printers located in Cherry Point, North Carolina. The procurement includes a firm fixed price purchase order for recertification, annual maintenance, calibration services, and necessary repairs to ensure the printers are fully operational, covering a base year with three option years. These 3D printers are critical for various applications within the Navy, emphasizing the importance of their reliable operation. Interested parties may submit capability statements to Jeff Smith at jeffrey.t.smith6.civ@us.navy.mil within three calendar days of this notice, although this is not a request for competitive quotes.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
J35 3D Printer
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of a J35 Stratasys Pro 3D printer and associated materials, as outlined in solicitation number FA252125QB045. The contract aims to modernize facilities with advanced 3D printing technology, requiring the delivery of the printer and various filament packs within 120 days post-award, along with on-site installation and training. This procurement is significant for enhancing operational capabilities and supporting small business participation in federal contracting. Interested parties must submit signed quotes by May 13, 2025, and can direct inquiries to the primary contact at 45CONS.PKB.email@us.af.mil.
3D printer
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking to procure a Form Labs Fuse 1+ 30W 3D printer and associated equipment for use at Fort Johnson, Louisiana. The procurement includes various components such as build chambers, powder cartridges, and service contracts, totaling multiple units of each item to support advanced manufacturing capabilities. This equipment is crucial for enhancing the Army's operational readiness and capabilities in additive manufacturing. Interested vendors should contact Lisa Moore at LISA.A.MOORE18.CIV@ARMY.MIL or call 337-531-6054 for further details regarding the solicitation, which is set aside for small businesses under the SBA guidelines.
BioAssembly Printer Accessories
Buyer not available
The Department of Defense, through the Naval Medical Research Center, intends to award a sole source contract for specialized bioassembly printer accessories to Advanced Solutions Life Sciences. The procurement includes a Single Channel Pipette BioAssemblyBot Hand, an 8-Channel Pipette, a BioAssemblyBot 500 8-Channel Liquid Handling Bundle, and a Single Cell Dispense BioAssemblyBot Hand, along with on-site installation, configuration, training, and support services. This equipment is crucial for research and development projects aimed at enhancing combat casualty care and operational readiness for military personnel, with a contract period expected to last one year from the date of award. Interested parties may contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil or 301-319-6411 for further information.
UPGRADE, FORTUS 900 PLUS,NYLON 12/SR110
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking bids for the upgrade of the Fortus 900 Plus 3D printer, utilizing specific materials from Stratasys, Inc. This procurement includes essential items such as soluble release support canisters, nylon filament canisters, and a nylon material license, aimed at enhancing NASA's operational capabilities in 3D printing technology. The upgrade is critical for supporting ongoing projects at NASA Langley Research Center, reflecting the agency's commitment to advancing its manufacturing capabilities. Interested vendors must submit their quotes by April 29, 2025, and are required to be registered in the System for Award Management (SAM) to comply with federal procurement regulations. For further inquiries, vendors can contact Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov.
Notice of Intent to Sole Source to Panasonic Connect North America Professional Services
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a sole source contract to Panasonic Connect North America Professional Services for the repair of Panasonic FZ-G1 MK4 MK5 tablets and FZ-55 MK1 laptops. This procurement is necessary to ensure that the devices are restored to factory operation and remain compatible with the approved baseline for the supported Government Program of Record, given Panasonic's proprietary rights in the repair process. The estimated value of this contract is under $250,000, and interested parties must submit their capability responses in writing within 15 days of this notice to Elizabeth Scannell at elizabeth.m.scannell2.civ@us.navy.mil. This opportunity is conducted under FAR 13.106-1(b)(1) for single source procurement, and registration in the System Award Management (SAM) is required for all vendors doing business with the Department of Defense.
PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.
INTENT TO SOLE SOURCE - 3D BIOPRINTER - Iowa City VA Health Care System Research Department
Buyer not available
The Department of Veterans Affairs intends to issue a Firm-Fixed Price contract for the procurement of a U-Fab Activo 3D Bioprinter from SCINTICA INC., the sole authorized distributor in the United States. This bioprinter is a critical component for a research project focused on bioprinted corneal grafts, which aims to advance transplantation techniques. While the procurement is intended to be sole source, the VA is inviting capability statements from other interested vendors, which may influence the competitiveness of the contract. Interested parties must submit their responses, including company identification and relevant qualifications, by April 30, 2025, to Christi Melendez at Christi.Melendez@va.gov, ensuring to include the VA Identifier 36C26325Q0581 in the subject line.
Product Manager Navy/Marine Expeditionary Ship Interdiction System Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the U.S. Marine Corps Systems Command, intends to enter into sole-source negotiations with Corvid Technologies, Inc. for the development, production, and sustainment support of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Weapon Sled Assembly (WSA) subsystem. This procurement is necessary due to the U.S. Government's lack of technical data rights for the WSA subsystem, which is critical for ensuring the proper functionality of the NMESIS system. The contract is anticipated to be awarded in the fourth quarter of fiscal year 2025, with a performance period extending from September 2025 through August 2033. Interested parties may submit capability statements to Cathy Boxley and Cori Kirkbride by the specified deadline, although this notice does not constitute a request for competitive proposals.
F-35 Lightning II Joint Strike Fighter – Lot 19 Center Fuselage Tooling Recovery
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract to Northrop Grumman Systems Corporation for the F-35 Lightning II Joint Strike Fighter – Lot 19 Center Fuselage Tooling Recovery. This procurement involves the inspection, verification, disassembly, packaging, handling, shipping, storage, and identification of Special Tooling (ST) and Special Test Equipment (STE) necessary for the F-35 program. The tooling and equipment are critical for maintaining the operational readiness and production capabilities of the F-35 aircraft. Interested parties may submit capability statements within fifteen days of this notice, with the anticipated contract award date expected in the third quarter of calendar year 2025. For inquiries, contact Joseph Delmontagne at joseph.delmontagne@jsf.mil or Farida Eady at farida.eady2@jsf.mil.
NAWCAD WOLF - INTENT TO SOLE SOURCE Graphics-only PMC, SM750 w/ 16MB DDR, RT, Rear I/O, Single Font VGA, RG-101 RGBHV rear I/O, RT
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure graphics-only PMC units from Rastergraf Inc. under a sole-source contract. The specific requirement includes the Graphics-only PMC, SM750 with 16MB DDR, and various rear I/O configurations, which are essential for electronic assembly manufacturing. This procurement is part of the government's efforts to acquire specialized technical equipment while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by 5:00 PM Eastern Standard Time on October 11, 2024, and should contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil for further details.