Opportunity

SAM #N00173-26-RFI-TJ01

Sources Sought for Selective Laser Sintering 3D Printer System for Naval Research Laboratory

Buyer

NRL

Posted

May 01, 2026

Respond By

May 15, 2026

Identifier

N00173-26-RFI-TJ01

NAICS

333248, 333249, 541330, 541512

The Naval Research Laboratory (NRL) is seeking industry input for the procurement of a Selective Laser Sintering (SLS) 3D Additive Manufacturing Machine for its LASR Facility in Washington, D.C. - Government Buyer: - Naval Research Laboratory (NRL), LASR Facility, B 271, Washington, D.C. - Products and Services Requested: - Selective Laser Sintering (SLS) 3D Printer System - CO2 laser with minimum 70W power - Build platform size: 340x340x620 mm - High resolution and accuracy; laser scan speed minimum 3.0 m/s - Compatible with polyamide polymer powders - Includes hardware and software components - Process Software - Material-specific process profiles, customizable parameters, real-time monitoring, error detection, quality reporting, graphical user interface - Slicing Software - Converts 3D models into printable layers, fine resolution control, scaling tools, error detection and repair, layer thickness adjustment - Pre-Build and Post-Build Equipment - Powder preparation tools, breakout station for part removal and powder recovery, bead-blasting cleaning station with dust collection and ventilation - Installation and Commissioning Services - Delivery, installation, calibration, software setup, system testing, documentation - Operator Training - Training for at least four individuals over 3-5 days covering system operation, software use, maintenance, troubleshooting - 1-year factory warranty after installation and acceptance - Unique or Notable Requirements: - Delivery within 60 days of contract award - Comprehensive operator training for four personnel - Real-time monitoring and error detection in process software - Installation, calibration, and commissioning at NRL LASR Facility - Warranty period begins after installation, training, and system acceptance - OEMs and Vendors: - No specific OEMs or vendors are named; industry responses are sought for potential sources - Place of Performance: - Naval Research Laboratory LASR Facility, 4555 Overlook Ave. SW, Washington, D.C. - Contractor facilities for initial manufacturing/preparation

Description

THIS IS NOT A SOLICITATION OR AN INDICATION THAT A CONTRACTUAL COMMITMENT WILL EXIST AS A RESULT OF THIS REQUEST FOR INFORMATION (RFI). This Sources Sought Notice (SSN) is in support of market research and procurement planning being conducted by the Naval Research Laboratory (NRL), Washington, DC. This SSN is for informational and planning purposes only and does not guarantee that this will be competed via SAM.gov. The Government assumes NO financial responsibility for any costs incurred. A solicitation package is not available at this time.

The intent of this RFI is to gauge industry interest and search for potential sources capable of fulfilling a requirement for a Selective Laser Sintering Three-Dimensional Additive Manufacturing Machine. The minimum requirements and specifications are in the attached document titled Attachment 1- Functional Specifications 3D Printer. The Government is currently in the planning stages for this procurement and may continue to modify the language within the requirement as necessary. These requirements and specifications do not necessarily represent final requirements and specifications. All responsible sources may submit a capability statement, which will be considered by the agency. Responses are to follow the Contractor Response Format described below. No reimbursement will be issued for any cost connected with providing capability information.  

CONTRACTOR RESPONSE FORMAT:

Interested parties, at a minimum, shall supply all of the below required information in a Capability Statement. Please reference this Sources Sought Notice/RFI number on your correspondence and in the subject line of your e-mail.

CONTACT INFORMATION:

Company Name and Address Point of Contact for clarification/questions Telephone number and e-mail address DUNS Number, CAGE Code PSC Code of the proposed solution (See https://psctool.us) Business Size/Socioeconomic Categories

TECHNICAL INFORMATION:

List of capabilities/resources relevant to the attached requirements and specifications

COMMERCIALITY OF PROPOSED ITEM:

Whether item(s) offered/proposed is a commercial item and is customarily used by the general public or non-government entities for other than government purposes. Whether the item has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item.

PRODUCT DESCRIPTION:

Provide a description of how the proposed product will meet or exceed each of the specifications as it is anticipated that ultimate evaluation will be best values and a go/no go basis. Provide a product brochure and highlight the areas that meet or exceed specifications.

ADDITIONAL REQUIREMENT DETAILS:

Responses should be no more than 10 pages

PLACE OF PERFORMANCE: NRL-DC and Contractor Facility

IMPORTANT ADDITIONAL INFORMATION FOR INTERESTED PARTIES: There are no commitments by the Government to issue any solicitations, make any award or awards, or to be responsible for any monies expended by any interested parties before award of a contract modification for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for award of a contract. No telephone responses will be accepted.  Point of contact for this Sources Sought notice is Tamara Jenkins. Responses to this notice should be sent to tamara.n.jenkins.civ@us.navy.mil and secondary POC Jamie Dixon, jamie.l.dixon8.civ@us.navy.mil.

View original listing