3D LASER SCANNING SYSTEM

SOL #: SPMYM226Q7083Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Silverdale, WA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

Miscellaneous Maintenance And Repair Shop Specialized Equipment (4940)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 27, 2026
2
Submission Deadline
Apr 28, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Defense Logistics Agency (DLA) Maritime - Puget Sound is soliciting proposals for a 3D LASER SCANNING SYSTEM to be delivered to Silverdale, WA. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract to procure a Creaform Handyscan Black Elite system. Quotes are due April 28, 2026, at 10:00 AM (Pacific Time).

Scope of Work

The requirement is for a Creaform Handyscan Black Elite 3D Laser Scanning System, which includes the scanner unit, Creaform.OS software, carrying case, 4-meter USB cable, power supply, calibration plate, and 2,000 reflective targets. The system is needed to scan and model existing systems and equipment, aligning with the US Navy's scanner of choice and existing training programs.

Key Requirements & Deliverables

  • 3D Laser Scanning System: Creaform Handyscan Black Elite, as specified.
  • Technical Data Package (TDP): Per DI-SESS-80776 Notice 1 (Data Item A001/A002), including an Acceptance Test based on VDI/VDE 2634 part 3 standards.
  • Warranty Performance Report: Per DI-SESS-81639A (Data Item B001), including 1-year accident coverage for one event.
  • Power Supply: North America Type B power supply cable.
  • NIST SP 800-171: Required unless the item is Commercial Off The Shelf (COTS) and identified to the Contracting Officer during the solicitation period.
  • Delivery: FOB destination, with lead time to be quoted.

Contract Details

  • Type: Firm Fixed-Price
  • Set-Aside: Total Small Business Set-Aside (NAICS: 333310, Size Standard: 1000 employees)
  • Estimated Value: Between $15,000 and $350,000.
  • Place of Performance: Silverdale, WA 98315.
  • Payment: Via Wide Area Work Flow (WAWF).

Submission & Evaluation

  • Quotes Due: April 28, 2026, at 10:00 AM (Pacific Time).
  • Submission Method: Via email to TRICIA.WINTERSTEEN@DLA.MIL.
  • Required Documents: Completed and signed solicitation, manufacturer information, country of origin, and lead time for delivery (FOB destination).
  • Evaluation Criteria: Technical acceptability, past performance (using PPIRS-SR), and price. Award will be made to the technically acceptable offer most advantageous to the Government.

Additional Notes

Contractors will require a DBIDS credential for base access. Packaging and marking must comply with ASTM-D-3951. Inspection and Acceptance will occur at the destination within 4-7 days.

People

Points of Contact

TRICIA WINTERSTEENPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 27, 2026
3D LASER SCANNING SYSTEM | GovScope