3D PRINTER SERVICE RENEWAL
ID: N00173-Q-0015-01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking a 3D printer service renewal. This service is typically used for providing maintenance and support for 3D printers. The Naval Research Laboratory intends to award a sole source purchase order to GE ADDITIVE of West Chester, Ohio. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with the Federal Acquisition Regulation. Interested parties may identify their interests and capability to respond to this requirement within a specified timeframe. The point of contact for this procurement is Andrea Graves.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FORTUS 450MC 3D PRINTER
    Active
    Dept Of Defense
    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.
    Custom Tower Workstation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for a Custom Tower Workstation to Freedom USA Inc. This workstation will feature an Intel Xeon w9-3495X CPU, 1TB of memory, and dual PNY RTX 6000 Ada GPUs, along with custom thermal management hardware and a proprietary 3D bracket designed to optimize airflow for high-performance computing. The procurement is critical for addressing thermal challenges associated with dual GPGPU computing hardware, ensuring efficient operation for advanced computational tasks. Interested parties may contact Teigh Cheyney at tahesha.cheyney@nrl.navy.mil or call 202-875-0000 for further information, referencing Notice of Intent number N0017325Q0403-1301190027.
    T700 Depot-Level Repairs Indefinite Delivery / Indefinite Quantity (IDIQ)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract to General Electric Company (GE) for the depot-level repairs of T700-GE-401C and T700-GE-401D Turbo Shaft Engines, including Cold Section Modules and Power Turbine Modules, for various U.S. Navy and Marine Corps helicopters. The procurement aims to ensure the commercial-level servicing, rework, repair, and testing of these critical engines, which are essential for the operational readiness of the H-60 Seahawk, MH-60R/S, AH-1Z Cobra, and Huey helicopters. The contract is expected to span from April 2025 to March 2030, with the work performed at the contractor's facility, and is being awarded on a sole source basis due to GE's unique capabilities as the original equipment manufacturer. Interested parties may direct inquiries to Kalyn Petrillo or Amber Yurko via the provided email addresses, and responses to this notice will be considered for determining the necessity of competitive procurement.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    TRAK K3MRX Knee Mill by Southwest Industries, Inc
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The DEPT OF DEFENSE - DEPT OF THE NAVY, specifically the NAVSUP FLT LOG CTR NORFOLK, intends to award a Sole Source Firm Fixed Price Contract to Southwest Industries, Inc. for the TRAK K3MRX Knee Mill. This notice of intent is not a request for proposals or quotations. Any challenges to this sole source must be sent in writing to morgan.l.mcdaniel6.civ@us.navy.mil. The Government will consider challenges that provide information on an equivalent service that meets their needs. The decision to compete the requirement is at the discretion of the Government.
    Effusion Cell for MBE 21T
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source purchase order to RIBER, INC for an Effusion Cell for MBE 21T. This procurement is for a semiconductor device and associated hardware used by the Naval Research Laboratory (NRL). The Effusion Cell is a critical component for Molecular Beam Epitaxy (MBE) systems, which are used in the fabrication of semiconductor materials and devices. The Effusion Cell is responsible for the controlled evaporation of source materials during the MBE process. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The primary contact for this procurement is James Chappell, email: james.chappell@nrl.navy.mil. Please reference the Notice of Intent number, N00173-24-Q-1301103552, in any correspondence.
    AMU Correction of the CDZC Software with Windows 10
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole-source contract with General Electric Aviation Systems (GEAS) for the correction of the CDZC Software to be compatible with Windows 10. This procurement is critical as GEAS is the sole designer and developer of the AMU and PCMCIA Cards, possessing the unique expertise and technical data necessary to meet the performance requirements for aircraft platforms. Interested parties may express their interest and capability to the government, which will consider all information received prior to the closing date of October 21, 2024, at 4:00 PM Eastern Time. For inquiries, contact Ryan Chandlee at ryan.m.chandlee.civ@us.navy.mil.
    Vexlum SHG Laser
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The Naval Research Laboratory (NRL) intends to award a sole source purchase order to Vexlum OY of Tampere, Finland for the procurement of Vexlum SHG Laser. This laser, known as VALO SHG SF – Visible single-frequency VECSEL, is used for specific applications in the field of semiconductor devices and associated hardware. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties may identify their interests and capability to respond to this requirement within 5 calendar days of the publication of this notice.
    Dell Data Domain Maintenance
    Active
    Dept Of Defense
    Dell Data Domain Maintenance is being procured by the DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, through the NAVAL RESEARCH LABORATORY. This procurement falls under the category of IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW). The place of performance is Washington, DC, with the zip code 20375, in the United States. The primary contact for this procurement is James Chappell, who can be reached at james.chappell@nrl.navy.mil or 2029231418. The secondary contact is Kimberly Martin, who can be reached at kimberly.martin@nrl.navy.mil. The description of this procurement is a combined synopsis/solicitation for commercial items, specifically Dell Data Domain Maintenance. The Naval Research Laboratory is seeking to purchase this item, and interested companies are requested to provide quotations. The procurement is for brand name or equal items in accordance with FAR 52.211-6. The solicitation provisions and clauses are incorporated in this notice. The contract terms and conditions required to implement statutes or executive orders are also applicable. The evaluation of offers will be based on the lowest price technically acceptable criteria. The submission should include a statement regarding the acceptance of the terms and conditions in the solicitation. The deadline for submission is specified in the notice.
    99--BARRING GEAR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a specialized barring gear identified by NSN 1H-9999-LLTRL5145. This procurement involves a single source negotiation for one unit, with delivery terms set to FOB Origin, indicating that the buyer will bear the shipping costs. The barring gear is critical for military operations, and the government has determined that it is uneconomical to reverse engineer or purchase the data rights for this item. Interested parties are encouraged to express their interest and capabilities, with proposals accepted within 45 days of this notice. For further inquiries, Joshua Eshleman can be contacted at (717) 605-6055 or via email at JOSHUA.J.ESHLEMAN@NAVY.MIL.