Loading...
N68520-25-RFPREQ-HJ00000-0430
Response Deadline
May 8, 2026, 4:00 PM(EDT)10 days
Eligibility
Contract Type
Sources Sought
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE FIRMS CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. HOWEVER, ALL RESPONSIBLE SOURCES MAY SUBMIT A CAPABILITY STATEMENT, WHICH, IF RECEIVED WITHIN TEN (10) CALENDAR DAYS AFTER THE DATE OF THE PUBLICATION OF THIS SYNOPSIS, WILL BE CONSIDERED. INFORMATION RECEIVED WILL BE CONSIDERED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT. A DETERMINATION BY THE GOVERNMENT NOT TO COMPETE THIS REQUIREMENT BASED UPON RESPONSES RECEIVED AS A RESULT OF THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT.
REQUIREMENT:
The Commander, Fleet Readiness Center (COMFRC) announces its intention to procure on a sole source basis, a contract effort for 3D printer maintenance. Fleet Readiness Center Southeast (FRCSE), located at Naval Air Station (NAS) Jacksonville, FL has a requirement for comprehensive maintenance and service of two (2) HP Multi-Jet Fusion (MJF) 4200 3D printers which are utilized to manufacture critical aircraft components.
The Government is anticipating a Firm-Fixed Price award with a period of performance (PoP) of one (1) year with four (4) 12-month option years. The contract will be awarded on a sole source basis to TPM of Charlotte Inc. (CAGE 8C2L3) in accordance with Federal Acquisition Regulation (FAR) 6.103-5(b)(2), the agency’s need is for a brand-name commercial product for authorized resale.
PROGRAM BACKGROUND:
FRCSE is an industrial facility that provides a wide variety of aircraft services including maintenance, repair & overhaul, and components manufacturing.
FRCSE currently has two Hewlett Packard (HP) Multi-jet Fusion (MJF) 4200 3D printers used to manufacture aircraft components. Up-to-date and continued maintenance services are needed to continue supporting the depot in making parts for aircrafts. The Contractor shall provide all labor, equipment, tools, material, transportation and qualified personnel necessary to perform annual comprehensive system maintenance and technical support services for the FRCSE HP MJF 4200 3D printers.
Full tasking is outlined in the attached Statement of Work (SOW), Attachment 1.
INCUMBENT INFORMATION:
This requirement is a follow-on procurement to Contract N6852024P0083, awarded 07 August 2024 to TPM of Charllotte LLC.
To request information on the incumbent contract, please follow the steps for the NAVAIR Freedom of Information Act (FOIA) process at http://www.navair.navy.mil/foia/request_instruc.html.
CAPABILITY STATEMENT SUBMISSION REQUIREMENTS:
Interested parties should address the following questions in their response. The responses to these questions will aid the Government in determining whether a company is capable in performing the requirements, so it is important to address these areas with specific details.
1. Are you an HP Authorized Service Provider for the MJF 4200 series? Provide evidence of your access to OEM-certified replacement parts and diagnostic software.
2. Describe technician certifications, guaranteed response time for emergency 'machine down' situations and proximity to NAS Jacksonville.
3. Provide overview of your proposed Preventive Maintenance (PM) schedules.
4. Describe experience with equipment recertification following a physical relocation.
5. Provide your current CMMC level certification.
6. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern under the NAICS code identified for this requirement.
7. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, Unique Entity Identifier (UEI) number, etc.
8. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. Similarly situated small businesses may team together to meet the 50% requirement. If your company is planning to team with a similarly situated small business, the response must clearly identify the proposed team members and the capability statement must clearly articulate which portion of the work each team member will be responsible for. The response must be detailed enough for the Government to make a determination whether or not the proposed team will be able to perform 50% of the work when combined
CAPABILITY STATEMENT SUBMISSION INSTRUCTIONS:
Interested parties shall adhere to the following instructions for the submittal of their capabilities statements.
1. Page Limit and Format: Ten (10) 8.5 X 11 inch pages in Times New Roman font of not less than 10 point. Copies of Certifications, contract references or audits provided will not count toward the page limit.
2. Document Type: Microsoft Word or Adobe PDF
3. Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Robert Miedzinski, robert.m.miedzinski.civ@us.navy.mil and Contracting Officer, Beverley Rhamdeow, beverley.s.rhamdeow.civ@us.navy.mil
4. Response date: Responses are due by 12:00PM EST or EDT on 08 May 2026.
5. No classified information shall be submitted in response to this Sources Sought.
6. No phone calls will be accepted.
7. All questions must be submitted via email to the Contract Specialist, Robert Miedzinski, robert.m.miedzinski.civ@us.navy.mil and Contracting Officer, Beverley Rhamdeow, beverley.s.rhamdeow.civ@us.navy.mil
8. All responses shall include response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
9. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
Robert Miedzinski
Beverley Rhamdeow
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVAIR
NAVAIR HQS
FLEET READINESS CENTER
FLEET READINESS CENTER
ATTN CHIEF OF STAFF
47038 MCLEOD ROAD, BLDG 448
PATUXENT RIVER, MD, 20670
NAICS
Other Computer Related Services
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
Set-Aside
No Set aside used