AFLCMC Machining Center & Engine Lathes
ID: 47QSWC25Q0109Type: Combined Synopsis/Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA/FAS/GSS/QSCBD/ASSISTED CONTRACTING BRANCH BWashington, DC, 20006, USA

NAICS

Machine Tool Manufacturing (333517)

PSC

MACHINING CENTERS AND WAY-TYPE MACHINES (3408)
Timeline
    Description

    The General Services Administration (GSA) is soliciting quotes for a Firm-Fixed Price supply contract to provide machining centers and engine lathes for the United States Air Force Life Cycle Material Command (AFLCMC). The procurement aims to enhance the Air Force's capabilities in shaping cylindrical parts and automating complex cutting tasks, with specific requirements outlined in the associated technical specifications. This acquisition is critical for modernizing military manufacturing processes and ensuring compliance with federal safety and operational standards. Interested contractors must submit their quotes by July 3, 2025, at 2:00 p.m. CDT, and can direct inquiries to Antwoine Griggs at antwoine.griggs@gsa.gov or Phil Cleveland at phillip.cleveland@gsa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document pertains to Amendment 001 of RFQ 47QSWC25Q0109, issued to notify potential contractors about an important change regarding the submission deadline for quotes. The new deadline for quote submissions has been extended from June 16, 2025, to June 25, 2025, at 2:00 p.m. CDT. Offers must acknowledge receipt of this amendment to avoid rejection, either through specific form completion or by electronic communication referencing the solicitation and amendment numbers. The amendment does not alter any other terms and conditions of the solicitation. The document is structured around a standard form used for contract modifications, including sections for contract identification, modification details, and instructions for acknowledgment. The overall purpose is to ensure clarity and facilitate the bidding process for contractors while maintaining regulatory compliance within the government's procurement framework.
    The document outlines the procedures regarding the acknowledgment of an amendment to the Request for Quotation (RFQ) 47QSWC25Q0109, specifically Amendment 002. It requires potential contractors to acknowledge receipt of the amendment by the specified deadline, detailing methods for submission including via letter or electronic communication. The amendment also responds to contractor inquiries, confirming that the submission deadline remains June 25, 2025, at 2:00 p.m. CDT. It emphasizes that no contractor signature is needed for the amendment acknowledgment. The document follows the Standard Form 30 guidelines and specifies essential information such as contract identification codes, effective dates, and modification details, ensuring clarity in the procurement process. This amendment demonstrates the government’s commitment to maintaining transparency and enhancing contractor communication, vital in federal acquisition processes.
    The document pertains to a Request for Quotations (RFQ) related to machining center engine lathe procurement, outlining requirements for delivery and pricing. It indicates that there are multiple delivery locations, both within the continental United States (CONUS) and outside (OCONUS), with potential differing rates. The government specifies that OCONUS deliveries will utilize consolidation sites and that all tests listed in the technical specifications must be completed. The pricing structure is flexible, allowing offerors to itemize costs for clarity, but only the total aggregate price will be considered for evaluations. Additionally, it mentions that final inspection criteria will be determined post-award. Offerors are encouraged to present their best prices for compliance with the RFQ's stipulations. Overall, the document serves as a guideline for contractors on how to approach pricing and delivery logistics while ensuring adherence to the outlined technical requirements.
    The document emphasizes that distribution is restricted to the Department of Defense (DoD) and its contractors, specifying it is intended for administrative or operational purposes. This indicates a controlled release of information, likely pertaining to sensitive materials relevant to defense operations. Requests for access to this document are directed to a specific office at Robins Air Force Base in Georgia, suggesting the information may involve logistical or packaging concerns important for defense contracting. The restriction underlines the nature of the content, indicating it likely includes technical or operational details critical for DoD activities. Overall, the document outlines access protocols, reinforcing a commitment to safeguarding sensitive information within a structured framework govern by established distribution guidelines.
    The document is an amendment to Request for Quotation (RFQ) 47QSWC25Q0109, which pertains to the procurement of a machining center and engine lathe. It states that no further questions regarding this RFQ will be accepted. The contractor is tasked with shipping and delivering the equipment within the Continental United States (CONUS), while the Air Force Life Cycle Management Center (AFLCMC) will manage shipments outside the Continental United States (OCONUS), providing the contractor with a specific shipping document (DD1149). Key clauses included in the RFQ are related to shipping responsibilities: FAR 52.247-34 (F.O.B. Destination), FAR 52.247-29 (F.O.B. Origin), and FAR 52.247-38 (F.O.B. Inland Carrier, Point of Exportation). This amendment clarifies logistics and contractual responsibilities associated with the RFQ, underscoring the regulated processes involved in government procurement.
    The document pertains to Amendment 003 of solicitation RFQ 47QSWC25Q0109, which seeks to clarify specifications regarding the machining center and engine lathe equipment, particularly the required classifications and quantities. Key updates include the extension of the quote submission deadline to July 3, 2025, at 2:00 P.M. CDT. It emphasizes the importance of acknowledging the amendment via specified methods to avoid rejection of offers and outlines that a contractor's signature is not mandatory for this amendment. Additionally, all other terms and conditions of the original solicitation remain unchanged. The document is part of federal procurement processes and aims to ensure compliance and clarity in the submission of proposals related to government contracts for essential equipment.
    The RFQ Amendment 003 for 47QSWC25Q0109 addresses specifications for a machining center and engine lathe. It clarifies that the machining center is classified as Type III – 3 Axis, referencing CID A-A-60025A, while the engine lathe's size specification is set at 30.0 inches, according to CID A-A-60023A. The amendment specifies the required quantities for procurement: twenty-six (26) machining centers under CLIN 0001AA and five (5) engine lathes under CLIN 0002AA. This document aims to ensure potential suppliers have precise details on the equipment requirements, facilitating accurate responses to the request for quotations. These specifications are critical in the context of government procurement processes, ensuring compliance with operational standards and enhancing competitive bidding by providing clear expectations for deliverables.
    The document consists of a Request for Quotation (RFQ) from the federal government for the procurement of specialized machinery, specifically 26 machining centers and 5 engine lathes. It includes a line item for freight/shipping services. The RFQ is structured to outline the item descriptions, quantities, and pricing details, with an emphasis on the total quoted price and additional shipping information. Key considerations include the country of origin, delivery timeline, and any historical pricing data. The document caters to potential vendors, seeking competitive pricing and capabilities for machinery that may be essential for government operations or projects. Overall, this RFQ reflects the government's intent to acquire critical manufacturing equipment while managing logistics and cost transparency.
    The document outlines the technical specifications and requirements for acquiring machining centers and engine lathes through government contracting, specifically under RFP 47QSWC25Q0109. It details various types of machining centers (3 and 5 axis) with specific operational capabilities, including spindle speeds, horsepower, and tool capacities. Key operational requirements include compatibility of the CNC system with the machining center, comprehensive safety features, and provisions for minimal vibration and deflection during operation. The lathe specifications require new models with adequate structural support, programmable movement capabilities, and integrated CNC systems. Essential components like the spindle assembly, bed, and carriage mechanism are specified alongside unique features like an automatic tool changer and safety mechanisms for emergency control. Training and technical support provisions are highlighted, with a warranty covering performance issues for a minimum of one year. The document emphasizes compliance with safety, environmental regulations, and product conformity to ensure a high-standard operational framework. The emphasis is on delivering advanced machinery that meets stringent operational, technical, and compliance standards for effective government use, ultimately enhancing manufacturing capabilities.
    The document outlines procedures for registering a new Contractor User in the federal ASSIST system, essential for managing government contracts and ensuring compliance in federal requests for proposals and grants. It provides a step-by-step guide for users to complete required fields, including personal information, system access, company access, and contract access. Key steps include entering a unique username, providing personal and work details, and selecting access to specific applications like the Contract Payment Reporting Module (CPRM). The contract access section allows users to associate existing contracts to their accounts. Emphasis is placed on accurately filling out forms to facilitate effective tracking and management of contractor information, which is vital for processing requests related to federal and state-level solicitations. The document concludes with links to related tasks and additional resources for users.
    The Model Commercial Subcontracting Plan provides guidelines for federal contractors on creating an effective subcontracting plan that promotes the use of small businesses in their operations. This plan is applicable when a contractor cannot break out subcontracting costs specific to a government contract and should detail the contractor's planned subcontracting activities for both commercial and government businesses within a fiscal year. Key elements include establishing annual goals for various socio-economic categories of small businesses, including veteran-owned and women-owned concerns, and addressing both direct and indirect costs in the plan. The submission process involves completing specific sections of the template, ensuring government approvals, and adhering to timelines for new plan submissions and reports. Additionally, contractors are responsible for fostering equitable opportunities for small businesses, documenting their outreach efforts, and reporting on compliance and performance related to subcontracting goals. Ultimately, this plan aids in enhancing participation by small businesses in federal contracting, in line with the government’s commitment to promoting diversity and economic equity in procurement practices.
    The document outlines various shipping addresses and points of contact (POCs) associated with multiple U.S. military logistics units. Each entry typically lists a quantity, a unit's identifier (e.g., FE4427, FE4855), the specific logistics facility responsible, and corresponding contact details. The addresses span different states and military installations, including sites like Travis AFB in California, Cannon AFB in New Mexico, and Wright Patterson AFB in Ohio. The main purpose appears to be inventory or procurement, possibly related to federal requests for proposals (RFPs) or grants aimed at supporting military logistics and operations. POCs, including ranks and names, are provided to facilitate communication and coordination regarding shipments or logistical needs. Overall, the document serves as a detailed inventory reference for managing logistical operations within the military framework, ensuring proper communication channels are established for effective supply chain management.
    The document outlines a Commercial Item Description (CID) for a Computer Numeric Control (CNC) lathe designed for use in Aircraft Metals Technology Shops across the U.S. Air Force. It details specifications for horizontal-spindle, flatbed lathes, covering their intended operations, size classifications, and essential characteristics. The machines must be manufactured in the U.S. and include capabilities for precise machining of materials such as cast iron and titanium. Key specifications include maximum cutting lengths of 30 inches and 48 inches, with corresponding chuck sizes and spindle ratings. The machines are required to feature modern components such as computerized control systems, safety devices, interchangeable tooling, and must meet stringent performance requirements as outlined in performance categories. Comprehensive training for operators and a warranty for defects are mandatory, ensuring reliability and support. Overall, the CID aims to standardize the procurement of CNC lathes for military applications, enhancing operational efficiency while adhering to federal specifications and safety standards. It underscores the government's commitment to utilizing advanced manufacturing technologies for defense purposes.
    The document outlines a Commercial Item Description (CID) for vertical automated manufacturing machines, specifically computer numerical control (CNC) vertical machining centers. These machines are designed for precise material shaping through subtractive processes and must be manufactured in the U.S. The CID details various machining operations, including milling, drilling, and tapping, and defines machine types based on performance specifications including spindle speed, horsepower, and number of tool capacities. Key salient characteristics include a complete and integrated CNC system, readiness for operation upon delivery, and comprehensive safety and training requirements for operators. Components such as the machine base, worktable, spindle assembly, coolant systems, and automatic tool changers are specified. The document sets forth performance and environmental standards as well as regulatory compliance with OSHA and EPA directives. The purpose of this CID is to standardize procurement for federal agencies, ensuring that all CNC machining centers meet specific operational requirements and quality benchmarks while fostering the use of domestic manufacturing resources. This initiative aligns with governmental goals for efficiency, safety, and effective utilization of public funds in obtaining advanced manufacturing equipment.
    The document outlines a Request for Quote (RFQ) for the procurement of machining centers and engine lathes by the United States Air Force Life Cycle Material Command (AFLCMC). The required items aim to support the Air Force's capability to shape cylindrical components and automate complex cutting tasks. The procurement follows FAR Part 13 and FAR Part 12 regulations, indicating a competitive environment for all potential contractors, with a requirement for best pricing in initial submissions. The contract will call for the delivery of 25 machining centers and 4 engine lathes within one year, with shipping to be conducted under FOB Destination terms. Offerors must have registration with SAM.gov to be eligible. The evaluation for awarding the contract will hinge primarily on technical acceptability and cost, facilitated through a Lowest Price Technically Acceptable (LPTA) source selection process. Additional provisions, inspection protocols, and performance conditions are detailed throughout the document, ensuring compliance with federal regulations. This RFQ reflects an assertive government initiative to modernize capabilities while maintaining rigorous standards for supplier performance and accountability.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    24-13-1027 CNC UNIVERSAL MILLING MACHINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of one DMC 270 FD Portal Series CNC Universal Milling Machine, as outlined in solicitation SPE4A8-25-R-0008. The updated requirements include significant enhancements such as an upgraded Siemens Sinumerik One CNC controller, increased spindle power from 40 horsepower to 56 horsepower, and the addition of safety features including grating and support structures in compliance with OSHA standards. This machine is critical for various manufacturing processes, including milling, turning, and profile grinding, and the contract is expected to be awarded following the extended closing date of December 23, 2025. Interested vendors should direct inquiries to Christina Gibbs at christina.gibbs@dla.mil.
    22-25-1009 two(2) Fives Giddings & Lewis PT 1500 Plain Table CNC Horizontal Boring Mills (HBM) with Integrated Contouring Heads (ICH)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of one Fives PT 1500 Plain Table CNC Horizontal Boring Mill (HBM) with an Integrated Contouring Head (ICH), with an option to purchase a second unit at a later date. This procurement aims to fulfill the government's requirements for advanced machining capabilities, which are critical for operations at the Puget Sound Naval Shipyard, including tooling, training, foundation work, and equipment removal. The solicitation has been amended to extend the closing date to December 29, 2025, and requires offers to remain valid for 120 days. Interested vendors should direct inquiries to Christina Gibbs at christina.gibbs@dla.mil for further details.
    TACOM Tecmotiv M60A Engines
    General Services Administration
    The General Services Administration (GSA) is seeking to procure M60A engines through a limited source justification under FAR Part 8.405-6. This procurement is designated as a one-source acquisition, indicating that the engines are required for specific operational needs, likely related to military or defense applications. The engines will be utilized in vehicular applications, emphasizing their importance in maintaining operational readiness and support for military equipment. Interested vendors can reach out to Melissa Mae Salvatore at melissa.salvatore@gsa.gov or call 817-850-8273 for further details regarding this opportunity.
    Purchase of NSN 5133016411062, SEALANT REMOVAL BIT
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for the purchase of National Stock Number (NSN) 5133-01-641-1062, a sealant removal bit, as part of a total small business set-aside procurement. The solicitation requires a quantity of 141 units to be delivered to Langley Air Force Base, Virginia, and emphasizes compliance with various federal regulations, including the Buy American Act and supply chain security provisions. This procurement is critical for maintaining operational efficiency in military and civilian applications, ensuring that the necessary tools are available for effective maintenance and repair tasks. Interested vendors must submit their completed Request for Quote documents, including compliance with packaging and labeling standards outlined in the attached MIL STD 129R document, to Cara Fowler at cara.fowler@gsa.gov by the specified deadline.
    34--ENGRAVING SYSTEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two engraving systems, identified by NSN 3417015526525. The requirement includes delivery to DLA Distribution San Diego within 156 days after order, with the approved source being 1GCR7 VLS3.60DT50. These engraving systems are critical for metalworking applications, ensuring precision and efficiency in military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    34--DRILLING MACHINE,UP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two drilling machines under solicitation number NSN 3413013154541. The requirement includes the delivery of these machines within 167 days after order, with approved sources being specified in the solicitation. These drilling machines are critical for metalworking applications and support various defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    34--MILLING MACHINE,HOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a horizontal milling machine (NSN 3417012681552) intended for delivery to the USS Gerald R. Ford (CVN 78). The contract is set aside for small businesses under the Total Small Business Set-Aside program, emphasizing the importance of supporting small enterprises in defense contracting. This milling machine is crucial for various metalworking applications within military operations, ensuring the readiness and maintenance of naval vessels. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the primary contact at DibbsBSM@dla.mil.
    LAPS MDEUs
    General Services Administration
    The General Services Administration (GSA) is seeking to procure LAPS MDEUs, specifically focusing on electrical motors under the PSC code 6105. This procurement aims to fulfill the operational needs of the GSA's Federal Acquisition Service, highlighting the importance of reliable electrical motors in various government applications. The place of performance for this contract will be in Jacksonville, Florida, and interested vendors can reach out to April McNellie at april.mcnellie@gsa.gov or Phil Cleveland at phillip.cleveland@gsa.gov for further inquiries. The contract details and justification can be found in the associated document, 47QSWC23K0009 JARedacted.pdf.
    F-110 Gearbox, Accessory D
    Dept Of Defense
    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.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.