PRUSA 3D PRINTER
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 Defense Logistics Agency (DLA) Maritime - Puget Sound is soliciting quotes for PRUSA 3D PRINTERS and related supplies. This opportunity is a Total Small Business Set-Aside (NAICS 334118, Size Standard 1000 employees). The acquisition is for various 3D printer models, accessories, and filaments, with delivery to Bremerton, WA. Quotes are due February 20, 2026.
Scope of Work
This solicitation covers the procurement of:
- Nozzle Cleaning Needles (25 each)
- Prusament PLA Prusa Galaxy Black 1KG (25 each)
- Prusament PLA Vanilla White 1KG (25 each)
- Prusa Core One (20 each)
- Prusa Core One Assembled (+1 Year Extended Warranty) (20 each)
- Original Prusa Enclosure (5 each)
- Original Prusa MK4S 3D Printer MMU3 Bundle (5 each)
- Original Prusa MK4S 3D Printer MMU3 Bundle (Enclosure MMU3 Addon) (5 each)
Detailed technical specifications and salient characteristics are provided in Attachment 01, covering measurements, electronics, operating temperatures, controls, accessories, connectivity, sensors, printing features, and power requirements.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334118 (Computer and Peripheral Equipment Manufacturing)
- Offer Due Date: February 20, 2026, 04:00 PM (as per document summary, overriding XML responseDate)
- Published Date: February 18, 2026
- Delivery: Estimated by February 27, 2026, to Puget Sound Naval Shipyard, Bremerton, WA.
Evaluation
Offers will be evaluated based on past performance (using SPRS and internal sources), technical acceptability, and price. The award will be made to the responsible offeror whose offer is most advantageous to the Government.
Submission Requirements & Notes
- Submission: Electronic submission of quotes is available through the SAM website. A signed and completed solicitation must be submitted via email to karl.lindley@dla.mil to be deemed responsive.
- NIST SP 800-171: Required for non-COTS items. Contractors must have a current assessment (not more than 3 years old). COTS items are exempt but must be identified to the contracting officer.
- Required Information: Bidders must provide contractor info and CAGE code (Page 1 BLK 17a), POC (Section A. A1 – 1), quote (Section B), FOB Destination BREMERTON, WA, manufacturer details (Section B. K21), lead time/delivery date (Section F), and check applicable boxes in Section K (52.204-24 (d)(1) and (2), 52.209-11 (b)(1) and (2)). Sign boxes 30 a, b, and c on Page 1.
- Access: Contractors require a Defense Biometric Identification System (DBIDS) credential for base access.
- Payment: Invoices will be processed via Wide Area Work Flow (WAWF).
- Unique Item Identification (IUID): Required for items with a Government unit acquisition cost of $5,000 or more, and for specific items listed in the schedule regardless of cost.