Skip to content
Department of Defense

Stratasys EC HWM

Solicitation: N0017826Q6685
Notice ID: 4f072fdaa31e49229d4c46cd61cd8684
TypeCombined Synopsis SolicitationNAICS 811310PSCJ066Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateVAPostedMar 19, 2026, 12:00 AM UTCDueMar 27, 2026, 04:00 PM UTCCloses in 8 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 27, 2026. Industry: NAICS 811310 • PSC J066.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N0017826Q6685. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.

12-month awarded value
$106,650,061
Sector total $340,626,143 • Share 31.3%
Live
Median
$150,431
P10–P90
$10,820$1,046,707
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
31.3%
share
Momentum (last 3 vs prior 3 buckets)
+6624%($103,524,428)
Deal sizing
$150,431 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for VA
Live POP
Place of performance
Dahlgren, Virginia • 22448 United States
State: VA
Contracting office
Dahlgren, VA • 22448-5154 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
VA20260001 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Virginia • Accomack, Albemarle, Alleghany +89
Rate
and over: Tug Boats) CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
+43 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 43 more rate previews.
Davis-BaconBest fitstate match
VA20260001 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Accomack, Albemarle, Alleghany +89
Rate
and over: Tug Boats) CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+42 more occupation rates in this WD
Davis-Baconstate match
VA20260169 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • York
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260156 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260002 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Halifax
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD

Point of Contact

Name
Susan Madison
Email
susan.h.madison.civ@us.navy.mil
Phone
5406133296

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NSWC DAHLGREN
Contracting Office Address
Dahlgren, VA
22448-5154 USA

More in NAICS 811310

Description

COMBINED SYNOPSIS/SOLICITATION #:  N0017826Q6685

Submitted by: Susan Madison

NAICS Code: 811310

FSC/PSC Code: J066

Anticipated Date to be published in SAM.gov: 19 March 2026
 

Anticipated Closing Date: 27 March 2026

Contracts POC Name: Susan Madison

Telephone#: (540) 613-3296

Email Address:  susan.h.madison.civ@us.navy.mil

PSC/FSC Code and Description: J066-Maint/repair/rebuild of Equipment-Instruments and Laboratory Equipment

Basis for award:

X Brand Name or Equal - FAR 6.103-1(d)

__ Sole Source - FAR 6.103-1(b)

__ Full and Open - FAR 6.101

__ Total Small Business Set Aside - FAR 19.104-1

This requirement is not eligible for small business set-aside.

Material must be TAA Compliant.  Please identify place of manufacturer on your quote.

This is a combined synopsis/solicitation for commercial items or service prepared in accordance with FAR Part 12 using the publicizing requirements of FAR Part 5.This announcement constitutes the only solicitation. Quotations are being requested and a separate written solicitation will not be issued.

Synopsis/Solicitation N0017826Q6685 is issued as a Request for Quotation (RFQ). The provisions and clauses incorporated in this solicitation are those in effect through the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement as of the date of issuance and are included in the attached SF 1449.

For commercial acquisitions using simplified procedures under FAR Part 12, Buy American applies unless the value exceeds the applicable Trade Agreements threshold, in which case Trade Agreements apply.

The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to procure service as follows:  to acquire reference (a) for F370 Emerald Care Printer Maintenance, part number SC-FDM00151-R,  for a quantity of one (1) each 3-D printing device, Serial Number D32991, manufactured by Stratasys, Ltd. for 12 months of support with four (4) optional 12-months periods to follow.  The period of support is requested to begin on 1 November 2026 as the current maintenance agreement will end on 31 October 2026.  The requested base support service represents the minimum requirements of the Government.  See the attached Requirements List.

Stratasys, LTD. is located in Eden Prairie, Minnesota.

This printer supports additive manufacturing capabilities using three-dimensional Computer Aided Design (CAD) data.  The Division produces components with extremely complex geometries using these printers, and no other equipment onsite provides the capability of these this printer. The maintenance of this equipment is required to accurately produce detailed prototypes. The constant use of this equipment will wear down and burn out the parts and mechanical components.  The support service must be compatible (form, fit, and function) with the current equipment installed. Proprietary rights limit competition. Utilizing a different brand and/or manufacturer would require redesigns, additional tests, safety measures, and set the Government’s progress back more than four years and would cost the Government and an estimated 700 direct productive person hours for personnel training, conversion of existing CAD files, researching new equipment capable of meeting requirements, installation of new equipment, and writing of new standard operating procedures.

All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Dahlgren, VA 22448-5114 as well as any tariff or duty charges. No additional costs may be added after award. Where applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures, and the order will be issued on a firm fixed-price basis.

All responsible offerors shall submit a quotation in response to this solicitation. By submission of a quotation, the offeror represents compliance with the applicable representations and certifications, which are incorporated by reference and completed in the System for Award Management (SAM), as applicable. Submission of a quotation shall constitute the offeror’s unconditional agreement to the terms and conditions of this solicitation. The offeror shall provide documentation from the Original Equipment Manufacturer (OEM) confirming the offeror is an authorized reseller or distributor of the brand-name item(s) quoted. Quotations submitted without such documentation may not be considered for award. Quotations that take exception to the terms and conditions of this solicitation may be rejected.

Offerors are encouraged to submit published pricing, historical pricing data, or other information to support the Government’s price analysis and determination of fair and reasonable pricing.  Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization.  Award will be made on a Lowest Price Technically Acceptable basis.

In order to be eligible for award, firms must be registered in the System for Award Management (SAM).  Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.

Please return a signed copy of the SF1449 with your quote.

Proposal is due by 27 March 2026, no later than 12:00 p.m. EST with an anticipated award date by 25 April 2026.  Questions regarding this requirement may be submitted vial email prior to 25 March 2026 @ 9 a.m. EST. Responses regarding this synopsis/solicitation may be submitted by e-mail to susan.h.madison.civ@us.navy.mil

prior to the RFQ closing.  Email should reference Synopsis/Solicitation Number N0017826Q6685 in the subject line.

Attachments –

-SF1449: N0017826Q6685 Solicitation/Contract/Order for Commercial Items

-Requirements List

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.