Purchase of Part No: 003-6011-174/008-1008-343, to include installation and warranty
ID: W25G1V517401E4Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

All Other Industrial Machinery Manufacturing (333248)

PSC

MECHANICAL PRESSES, POWER DRIVEN (3443)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking vendors capable of supplying and installing a Hurco Rotary Table and Tailstock, along with associated warranty services, for the Tobyhanna Army Depot in Pennsylvania. The procurement includes specific equipment components such as a Rocklock low-profile base, right-angle plate, self-centering vise, and necessary installation services, all of which are critical for enhancing operational efficiency in the depot's machine shop. Interested vendors must be prepared to deliver and install the equipment within 6-8 weeks post-award and provide a one-year warranty for parts and labor. Vendors are encouraged to submit their capabilities and relevant business information by August 5, 2025, with inquiries directed to Kaila Black at kaila.e.black.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil.

    Files
    Title
    Posted
    The document outlines comprehensive safety standards and requirements for non-construction, supply, or technical services contracts at the Tobyhanna Army Depot (TYAD), focusing on compliance with federal and state regulations. Contractors and vendors must adhere to high safety standards, including maintaining and monitoring safety compliance among all personnel. Key elements include a mandatory "Red Card Program" allowing employees to halt unsafe actions, strict protocols for using fossil fuel vehicles, and detailed steps to follow in emergencies, including medical incidents or fire situations. Additionally, contractors must provide Operation and Maintenance (O&M) Manuals, comprising essential technical documentation for equipment and specifying safety procedures. In case of conflicting standards, the stricter one prevails, emphasizing the TYAD's commitment to safety and regulatory compliance while preventing accidents during operations. This document serves as a crucial guideline for contractors involved in significant service contracts over $250,000, ensuring they meet high safety and operational standards.
    This memorandum details a contracting action by the Army Contracting Command for a requirement that involves the acquisition of a specific Hurco rotary table and tailstock, along with installation and warranty services. The total contract value falls within the Simplified Acquisition Threshold (SAT) of $250,000. The purchase is considered sole source due to the uniqueness of the required parts, which can only be supplied by the manufacturer, Hurco. The memorandum cites appropriate FAR regulations justifying the limitation of competition, including urgency and brand name requirements essential for the operation of specialized machinery at Tobyhanna Army Depot. Market research confirms that while other rotary tables exist, only the Hurco equipment meets the stringent specifications. The document outlines responsibilities for certification and approval by contracting personnel, ensuring that the purchase aligns with government interests and financial considerations. The delivery timeline is expected to be 6-8 weeks post-order.
    The Army Contracting Command (ACC) - Aberdeen Proving Ground is conducting a sources sought notice to identify vendors capable of supplying and installing specific Hurco machinery components at the Tobyhanna Army Depot. This includes one replacement Hurco Rotary Table Complete and one Hurco Tailstock, both under part numbers 003-6011-174/008-1008-343. Additionally, vendors must provide warranty services that ensure prompt response for any post-installation breakdowns. The sources sought serves as a planning tool and does not represent a commitment to issue a formal Request for Proposal (RFP). Interested vendors need to demonstrate their capabilities, as only Hurco manufactures the specific rotary table required. The delivery timeframe for the equipment is 6-8 weeks from contract award, and the warranty covers a one-year period post-delivery. Responses to this notice are voluntary and must include detailed company information to be considered. All communication regarding this sources sought must be directed to the designated purchasing agent by the specified deadline.
    The Performance Work Statement (PWS) outlines a non-personal service contract for the procurement and installation of specific equipment, the Hurco Rotary Table, necessary for optimal operations at the Tobyhanna Army Depot's Machine Shop. The contractor is tasked with providing personnel, materials, and installation services while adhering to Hurco's installation guidelines, ensuring compliance with quality control standards. The objectives include effective procurement, installation, and post-installation reporting on the equipment's performance. The contract emphasizes quality control measures, requiring the contractor to monitor compliance with specifications, maintain staff qualifications, and control issued keys. Regular communication is mandated through progress meetings and immediate reporting of issues. The document also specifies operational hours, holiday observances, and security protocols, underscoring the need for adherence to government regulations. Additionally, it details the contractor's responsibilities regarding background checks, travel authorizations, non-disclosure of proprietary information, and mitigation of potential conflicts of interest. The structured format provides clear delineation of tasks, definitions, and applicable regulations, ensuring clarity and accountability throughout the contract's execution. Overall, this PWS facilitates the government's need for efficient and compliant service delivery in support of military operations.
    The Performance Work Statement (PWS) outlines a contract for the procurement and installation of a Hurco Rotary Table at the Tobyhanna Army Depot (TYAD). The contractor must provide all necessary resources—personnel, equipment, and materials—without government oversight, ensuring independent accountability. The objective is to enhance the capabilities of TYAD’s Machine Shop by ensuring the Hurco VMX 84i operates to original equipment manufacturer (OEM) standards. The contractor must adhere to a Quality Control Plan (QCP) to guarantee compliance with contract specifications and maintain high-quality deliverables. Key aspects of the contract include specified timelines for submission of plans, training protocols, and the establishment of a Work Plan. The contractor is obligated to report labor hours to the System for Award Management (SAM). Security and identification protocols are emphasized, including key control measures to protect government property. The PWS mandates adherence to various government regulations, including safety standards, environmental compliance, and anti-terrorism training. Overall, the contract aims to ensure efficient installation and operational enhancement of essential equipment within the Army Depot, underpinned by strict quality and security guidelines.
    The Army Contracting Command (ACC) - Aberdeen Proving Ground is issuing a sources sought notice to identify potential vendors for a brand name requirement involving the sale, installation, and warranty services for a specific rotary table and tailstock (Part No: 003-6011-174/008-1008-343) at the Tobyhanna Army Depot. This equipment, specifically a HURCO Rotary Table and Tailstock, must meet unique specifications as only HURCO manufactures compatible parts. The contractor is expected to deliver the items within 6-8 weeks after contract award, providing a one-year warranty for parts and labor. The government seeks to award a Firm-Fixed-Price Delivery Order under NAICS code 333248. Interested vendors must submit their qualifications, including business information and capabilities, to the designated purchasing agent by a specified deadline. It is emphasized that this sources sought does not guarantee an RFP will follow, nor will it yield compensation for responses or proposals. The document assists the government in strategic planning for future procurement.
    The Army Contracting Command (ACC) - Aberdeen Proving Ground is issuing a sources sought notice to identify vendors capable of fulfilling a potential requirement for specific equipment and installation services. The equipment includes a HURCO Rotary Table and Tailstock, along with necessary installation and warranty services. This sources sought serves informational and planning purposes and does not guarantee the release of a formal Request for Proposal (RFP). The contractor must deliver and install the specified items at the Tobyhanna Army Depot within 6-8 weeks post-award, providing a one-year warranty for parts and labor. Interested vendors are invited to submit their capabilities by August 5, 2025, and include relevant business information. The notice emphasizes that participation in this sources sought does not prevent future involvement in RFPs, and proprietary information will be handled confidentially. The initiative seeks to enhance capabilities and gather information for a potential firm-fixed-price delivery order under NAICS code 333248 related to industrial machinery manufacturing.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    MWMSS VMI - Sources Sought Only
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island, is conducting a sources sought notice to identify potential vendors for the delivery of a Metal Working Machine Shop Set (MWMSS) Vendor Managed Inventory (VMI) for 600-800 parts, including fasteners and hydraulic and pneumatic items. The procurement aims to optimize supply chain performance by managing inventory levels in accordance with established VMI practices, with a five-year Firm Fixed Price (FFP) Indefinite Quantity Indefinite Delivery (IDIQ) contract anticipated to commence on November 18, 2025. The contractor will be responsible for providing and maintaining hardware, ensuring compliance with safety and environmental regulations, and delivering 24/7 support, including emergency response and inventory refills. Interested parties should submit their capability statements and relevant project experience to Heather Petersen at heather.j.petersen.civ@army.mil, as this market survey is for planning purposes only and does not constitute a formal solicitation.
    Radial Play Machine for Large Bearings
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at the Corpus Christi Army Depot (CCAD), is seeking information regarding the procurement of a Radial Play Measurement Machine for Large Bearings. This acquisition aims to replace aging machines that are frequently breaking down, necessitating a reliable and accurate solution for measuring large bearings with an outer diameter range of 6-23 inches and an inner diameter range of 5-15 inches. The contractor will be responsible for providing a turn-key installation, including all necessary equipment, technical data, and compliance with environmental and safety standards, with a completion timeline of 18 months. Interested parties must submit their responses to the Request for Information (RFI) by December 10, 2025, at 11:00 AM CST, to Edward Chilson at edward.a.chilson.civ@army.mil, and proprietary information must be clearly marked.
    BLOCK SAW
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a CAPE Woodworking Machinery Carousel Block Saw Model TC10, which is essential for cutting blocks for pallets. This fully mechanical, automatic carousel-type block-cutter machine must meet specific operational requirements, including a production capacity of approximately 3,500 blocks per hour and the ability to automatically separate sawn blocks from trim and waste cuts. The procurement is set aside for small businesses under the SBA guidelines, and interested vendors should contact David Fortune at david.c.fortune.civ@army.mil or by phone at 918-420-6445 for further details. The place of performance is the McAlester Army Ammunition Plant in McAlester, OK.
    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.
    MOUNT,RESILIENT,GEN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the MOUNT, RESILIENT, GEN, a critical hardware component. The procurement aims to establish a contract for the repair services, emphasizing a required Repair Turnaround Time (RTAT) and adherence to strict quality assurance standards, including Government Source Inspection (GSI). This contract is vital for maintaining operational readiness and ensuring the functionality of military equipment, with the potential for increased quantities under an option clause. Interested contractors should submit their quotes, including pricing and RTAT, to Ethan Lentz at ETHAN.K.LENTZ.CIV@US.NAVY.MIL or by phone at 717-605-2892, with specific attention to the requirements outlined in the solicitation.
    25--TURRET,COMBAT VEHIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of combat vehicle turrets, specifically NSN 2510015784322. The contract will involve an estimated delivery of five units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000, with a guaranteed minimum of one unit. These turrets are critical components for military armored vehicles, ensuring operational readiness and effectiveness. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Coordinate Measuring Machines
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement of two Advanced Industrial Measurement Systems (AIMS) Metrology Coordinate Measuring Machines located at the Anniston Army Depot. This procurement falls under the category of Electronic and Precision Equipment Repair and Maintenance, highlighting the importance of precision measurement in military operations and equipment maintenance. The opportunity is set aside for small businesses, and interested parties can reach out to Johnny Stewart at johnny.stewart2.civ@army.mil or call 571-588-0971 for further details. The solicitation is part of a total small business set-aside under FAR 19.5, emphasizing the commitment to supporting small business participation in federal contracting.
    Assembly, Elevation Bar
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking qualified vendors for the production of the "Assembly, Elevation Bar" (NSN 1260-01-591-9280, Part No. 13046624), which is a component of the M205 system. This opportunity is part of a potential two-year Firm-Fixed Price contract, with the government looking for both small and large businesses capable of fulfilling this requirement, including the provision of a technical data package (TDP) that is export-controlled. Interested parties are encouraged to respond to a voluntary survey detailing their manufacturing capabilities, lead times, and quality management systems, with submissions due by December 12, 2025, at 1:00 P.M. EST, directed to Richard Hall via email at Richard.G.Hall64.civ@army.mil. This notice serves for planning purposes only and does not constitute a request for proposals or a commitment to contract.
    DRIVE UNIT,ANGLE DR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting quotes for the procurement of seven units of the DRIVE UNIT, ANGLE DR. This contract requires the manufacturer to adhere to specific quality assurance standards and inspection protocols, ensuring that the items meet the necessary military specifications and standards. The DRIVE UNIT is critical for military applications, particularly in the context of small arms and ordnance manufacturing. Interested vendors must submit their quotes by December 30, 2025, and can reach out to Jacob Garland at 445-737-2450 or via email at JACOB.GARLAND@DLA.MIL for further inquiries.
    CLYLINDER ASSEMBLY,
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of CLYLINDER ASSEMBLY components. The procurement aims to secure a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 141 days after receipt of the asset. This contract is crucial for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Stephanie Tran at yenstephanie.tran@navy.mil, adhering to the specified requirements and deadlines, with a focus on compliance with IUID requirements and quality assurance standards.