TACTILE PROBE (SOLE SOURCE)
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 issuing a Sole Source Solicitation for a Tactile Probe CMM System (Faro Quantum X.E 3.5m 6-Axis) for its office in Silverdale, WA. This acquisition is designated as a Total Small Business Set-Aside. Quotes are due by May 8, 2026. The requirement is for a specific brand and model due to compatibility and existing infrastructure.
Scope of Work
The primary requirement is for a Faro Quantum X.E 3.5m 6-Axis CMM Probe system, including:
- Quantum X.E, 3.5m 6-Axis FaroArm (6th generation) with calibration kit, mounting plate, iProbes (3mm, 6mm), USB cable, power supply, heavy-duty case, and one rechargeable battery.
- Options and additive items: Mount-G3+ Magnetic Mount (150mm), portable folding stand with softcase, and an HP Fury 16 G11 Mobile Workstation (specific configuration).
Associated deliverables include:
- Technical Data Package (Exhibit B, Data Item B001).
- Warranty Performance Report (Exhibit C, Data Item C001), specifying a one-year factory warranty for the Faro Arm and a one-year limited warranty for the HP workstation.
- Commercial Off-The-Shelf (COTS) Manuals and associated supplemental data, including operation, maintenance, and repair manuals (Exhibit A, Data Item A001).
Additional requirements include supply chain traceability documentation, specific packaging and marking (ASTM-D-3951, mandatory pallet usage), and unique item identification for items costing $5,000 or more. NIST SP 800-171 compliance is required, though COTS items may be exempt if identified.
Contract & Timeline
- Contract Type: Solicitation (implied Firm Fixed Price).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Due: May 8, 2026, 1:00 PM (local time).
- Published Date: May 7, 2026.
- Delivery Dates: May 15, 2026, for line items 0001-0004.
- Place of Performance: Silverdale, WA.
Evaluation
Award will be made to the responsible Offeror whose offer is most advantageous to the Government (Best Value), based on:
- Technical Acceptability: Meeting or exceeding specifications, delivery requirements, and other terms.
- Price.
- Past Performance: Evaluation will consider information from PPIRS-SR and other sources.
Submission Requirements
Bids must include a completed and signed solicitation, Manufacturer (MFR), Country of Origin, and Lead Time for Delivery (FOB destination). Quotes must be submitted via email to TRICIA.WINTERSTEEN@DLA.MIL. Offerors must be registered in SAM.gov, and Defense Biometric Identification System (DBIDS) credentials are required for base access. Specific clauses regarding cybersecurity, supply chain security, and telecommunications equipment apply.
Sole Source Justification
The justification for restricting competition to a sole source is based on the requirement for the Faro Arm Quantum X.E 3.5m 6-axis (Manufacturer: CREAFORM USA INC., Part Number: ARM-0070-6FE). This specific model is required for compatibility with existing systems, is approved by USN installations, recognized by the Navy MetCal program, and is integrated into PSNS's engineer-approved training program and Spatial Analyzer (SA) CAD software.