Notice of Intent - 5th Axis CNC Attachment
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9401 377 MSG PKKIRTLAND AFB, NM, 87117-0001, USA

NAICS

Cutting Tool and Machine Tool Accessory Manufacturing (333515)

PSC

MILLING MACHINES (3417)
Timeline
    Description

    The Department of Defense, specifically the 377th Mission Support Group at Kirtland Air Force Base in New Mexico, intends to award a sole source purchase order to Phillips Corporation for a Haas TRT210 5th axis CNC attachment. This procurement is aimed at enhancing the capabilities of the existing Haas VF-4 CNC machine utilized in the KAFB Metals Technology section, with Phillips Corporation being the exclusive distributor for these specific upgrade parts. The purchase will include essential components such as self-centering vises, drive units, and technician services, and will be conducted under Simplified Acquisition Procedures, allowing for non-competitive bids. Interested parties are invited to submit their capabilities by May 23, 2025, and inquiries can be directed to Amn Tyler Hatfield at tyler.hatfield.2@us.af.mil or by phone at 505-853-8005.

    Point(s) of Contact
    Files
    Title
    Posted
    The 377th Mission Support Group at Kirtland AFB, New Mexico, plans to award a sole source purchase order to Phillips Corporation for a specific CNC upgrade. The procurement involves the Haas TRT210 5th axis attachment, tailored for an existing Haas VF-4 CNC machine, as Phillips Corporation is the exclusive distributor for these parts. Required items include a variety of components such as self-centering vises, drive units, and technician services, all essential for enhancing machining capabilities. This purchase, carried out under Simplified Acquisition Procedures, is not open to competitive bids but invites any interested parties to present their capabilities for fulfilling the requirements. The government retains the discretion to determine whether to pursue competitive procurement based on the responses received. A Sole Source Justification Letter will accompany this notice, with the closing date for submissions on May 23, 2025. For inquiries, contact information for Amn Tyler Hatfield is provided. This document exemplifies a typical government procurement process, highlighting the streamlined approach to acquiring specialized equipment when competition is limited.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to award a Sole Source Purchase Order for two (2) Microaire PAL-650 Handpieces at Travis AFB, CA.
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source purchase order for two Microaire PAL-650 Handpieces at Travis Air Force Base, California. The 60th Medical Group requires these handpieces to complement their existing Microaire Power Assisted Liposuction equipment, as Microaire is the only manufacturer capable of supplying compatible handpieces for this specific system. This procurement is critical for maintaining the operational capabilities of the medical group, ensuring they can continue to provide necessary surgical services. For further inquiries, interested parties may contact Paula Rodriguez at paula.rodriguez.1@us.af.mil or by phone at 707-424-7773, or Roberto Escobedo at roberto.escobedo.1@us.af.mil or 707-424-7720.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    N0038326PR0R173 - Pre-Solicitation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole-source Request for Quotation (RFQ) for the repair of six BLADE ASSEMBLY units from Hamilton Sundstrand Corporation. This procurement, justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, is critical for Foreign Military Sales (FMS) and emphasizes that only one responsible source can fulfill the agency's requirements. While other manufacturers may submit capability statements, only approved sources will be considered, and the procurement process will not accommodate delays for Source Approval Requests. Interested parties should direct their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil, with the solicitation expected to be released around December 17, 2025, and proposals due by January 16, 2026.
    Hexagon Metrology Inspection Arm
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Rock Island, is soliciting quotes for the procurement of a Hexagon Metrology Inspection Arm to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The contract will involve the purchase of a Hexagon 83 series v3, 6-Axis Absolute inspection arm system, which is critical for precision measurement and quality assurance in manufacturing processes. This acquisition is intended to enhance the capabilities of the facility, ensuring compliance with federal and local regulations while maintaining high standards of safety and security. Quotes are due by December 9, 2025, at 10:00 AM Central time, and interested parties can contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    CNC Punch/Fiber Laser Combination Machine
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is conducting a sources sought notice to identify potential vendors for a Computer Numerically Controlled (CNC) Punch/Fiber Laser Combination Machine for the Fleet Readiness Center East located at Cherry Point, North Carolina. The procurement includes comprehensive turnkey services such as shipping, installation, training, and technical data, with specific requirements for Dell brand laptops and Siemens Step 7 software for maintenance support. This machine is critical for processing aircraft sheet metal engine components, ensuring precision in punching and laser cutting across various materials, and must comply with stringent safety and environmental standards. Interested parties are encouraged to submit their capabilities and comments on the draft statement of work by emailing AVN IPE Market Research at avnipemarketresearch@dla.mil, with responses due by the closing date listed on SAM.gov.
    F-110 Gearbox, Accessory D
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the F-110 Gearbox, Accessory D, which is critical for military or space applications. The contract will involve acquiring a total of 40 units, with a minimum order of 20 and a maximum of 60, to be delivered by January 21, 2026, highlighting the importance of this item as a Critical Safety Item. The government intends to solicit and negotiate with a limited number of sources, specifically General Electric Company, due to the limited availability of responsible sources, and all interested parties may submit capability statements within 45 days of the solicitation's release, which is expected on September 5, 2025. For further inquiries, interested vendors can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    Spares Procurement
    Buyer not available
    The Department of Defense, through the United States Air Force, is conducting market research for the procurement of "LEVER, REMOTE CONTROL" with NSN 3040-01-267-7734NZ and Part Number 4067415. This Sources Sought Synopsis aims to identify potential sources capable of manufacturing, inspecting, testing, and shipping an estimated requirement of 1,500 units, while also considering supply chain management and nonrecurring engineering costs. The procurement is crucial for maintaining operational readiness and support for Air Force equipment, and interested parties must submit a Source Approval Request (SAR) package along with business information by November 29, 2025. For further inquiries, potential vendors can contact Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.
    NIINs to N00383-21-G-YJ01
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific aircraft components from the Bell Boeing Joint Project Office on a sole source basis. The procurement involves the repair of items listed in Attachment A, including PRGB ASSY LH, PRGB ASSY RH, and ELECTRONIC COMPONENTS, with a focus on ensuring the availability of critical aircraft parts for operational readiness. The estimated quantities for these components are one unit each for year 5, with a repair turnaround time of 110 days, and the total funding for the repairs is projected at $2,523,394.00. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this opportunity is not a request for competitive proposals and requires source approval.