Jet Fusion 3D printer, Jet Fusion 3D processing station, Jet Fusion build unit, and kit equipment

SOL #: W519TC26Q8813Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RI
ROCK ISLAND, IL, 61299-0000, United States

Place of Performance

IL

NAICS

All Other Industrial Machinery Manufacturing (333248)

PSC

Electrical And Ultrasonic Erosion Machines (3410)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 10, 2026
2
Last Updated
Mar 10, 2026
3
Response Deadline
Mar 17, 2026, 3:00 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 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.

People

Points of Contact

JOHN JACOBSENPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Sources Sought
Posted: Mar 10, 2026
View
Version 1Viewing
Sources Sought
Posted: Mar 10, 2026