Jet Fusion 3D printer, Jet Fusion 3D processing station, Jet Fusion build unit, and kit equipment
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Department of the Army, ACC-RI at Rock Island Arsenal (RIA) is conducting market research through a Sources Sought notice for potential vendors to provide HP Jet Fusion 3D printing equipment. This procurement aims to support the drone body build program at the Joint Manufacturing and Technology Center (JMTC). The agency is seeking Hewlett Packard (HP) or similar equipment. Responses are due by March 17, 2026.
Scope of Work
The requirement is for specific quantities of HP Jet Fusion 5600 3D Printers, HP Jet Fusion 5200 3D Processing Stations, HP Jet Fusion 5600 Build Units, and various associated cooling units, starter kits, and accessories, including a Hovmand Forklift. The scope also includes HP Ready-to-Grow Service and Installation Services. Key requirements involve:
- Documentation: Operating instructions and manuals on CD.
- Standards: Compliance with numerous national and industry standards (e.g., OSHA, ASTM, ASME, ANSI, NEMA, EIA, IEEE, ASCII, AWS, AGMA, NFPA, ISO).
- Design: Equipment must be standard manufacturer products with minor design changes permissible, using English-US units of measure and government UID program compliant data plates.
- IT Support & Security: Strict adherence to IT policies, AR 25-1 and AR 25-2 for non-government systems, and Information Assurance/Accreditation requirements.
- Safety: Compliance with OSHA and RIA safety standards, including lockout/tagout and noise level limits.
- Training: Contractor-provided operator, programming, maintenance, and methods training.
- Service: Verifiable service/repair capability with a 48-hour on-site response.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Agency: Department of the Army, ACC-RI
- Place of Performance: Joint Manufacturing and Technology Center (JMTC), Rock Island Arsenal, IL 61299, United States.
- Response Due: March 17, 2026, 3:00 PM ET.
- Published: March 10, 2026.
- Set-Aside: None specified (seeking HP or similar).
Submission Requirements & Evaluation
Interested vendors shall submit a capability statement that includes their business size (Large, Small, Women-owned, etc.), whether they are the manufacturer, and if not, the manufacturer's business size and country of origin. Bidders are responsible for reporting any ambiguities in writing to the contracting officer and conducting site inspections prior to bidding. Final acceptance is contingent upon successful setup, performance testing, inspection, training completion, and documentation delivery.
Additional Notes
The opportunity details extensive requirements for facility access, including compliance with Rock Island Arsenal security requirements (e.g., Force Protection Levels) and Real ID for entry starting May 3, 2025. Contractors are responsible for site preparation and installation labor.