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, is soliciting proposals for HP Jet Fusion 3D printers and associated equipment, including processing stations, build units, cooling units, and service packages. This Total Small Business Set-Aside is restricted to authorized HP vendors and distributors and aims to support the drone body build program at the Joint Manufacturing and Technology Center (JMTC) at Rock Island Arsenal, IL. The acquisition will result in a Firm Fixed Price (FFP) purchase order. Proposals are due April 7, 2026, at 1:00 PM.
Scope of Work
This solicitation (W519TC26QA115) requires the procurement and delivery of:
- Three (3) HP Jet Fusion 5600 3D Printers (Model B)
- Associated HP Jet Fusion 3D Processing Stations, Build Units, Cooling Units, and Starter Kits
- HP Ready-to-Grow Service and Installation Services
- One (1) Hovmand Forklift
- Comprehensive documentation, including installation/preparation, maintenance, and operator manuals, environmental compliance data, and pre-shipment testing reports.
- Compliance with national and industry standards (OSHA, ASTM, ASME, ANSI, NEMA, EIA, IEEE, ASCII, AWS, AGMA, NFPA, ISO).
- On-site service/repair capability with 48-hour response and comprehensive training for personnel.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333248 (Size Standard: 750 employees)
- Place of Performance: Rock Island Arsenal, IL 61299, United States
- Published Date: March 30, 2026
- Proposal Due Date: April 7, 2026, at 1:00 PM (Central Time, based on IL location)
- Delivery: Within 30 calendar days from the date of award.
Evaluation & Submission
Award will be made to the lowest priced, responsive, and responsible contractor. The Government intends to award without discussions, except for clarifications.
- Pricing: Must be submitted on Attachment 0003 - Pricing.xlsx on an F.O.B. Destination basis, including shipping to Rock Island Arsenal, IL.
- Eligibility: Restricted to authorized HP vendors and distributors.
- Instructions: Bidders must report any ambiguities in writing before the due date. Submission implies examination of all documents.
Additional Notes
Strict security requirements apply for access to Rock Island Arsenal, including background checks. All software licenses must be offline. Contractor is responsible for installation, site preparation, and off-loading/placement.