CNC TURNING CENTER
ID: SPMYM225Q1522Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - PUGET SOUNDBREMERTON, WA, 98314-5000, USA

NAICS

Hardware Manufacturing (332510)

PSC

LATHES (3416)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting proposals for the acquisition of a CNC turning center, specifically a HAAS CNC Tool Room Lathe 2 (TL-2), along with associated services such as rigging, training, and manuals. This procurement is set aside for small businesses, with a focus on participation from service-disabled veteran-owned and women-owned enterprises, and emphasizes compliance with federal acquisition regulations and cybersecurity standards. The lathe is crucial for enhancing manufacturing capabilities within defense operations, requiring specific operational features and adherence to safety regulations, including OSHA compliance. Proposals are due by 10:00 AM on May 1, 2025, and interested parties should contact Tricia Wintersteen at tricia.wintersteen@dla.mil or by phone at 360-813-9570 for further details.

    Point(s) of Contact
    TRICIA WINTERSTEEN
    (360) 813-9570
    (360) 476-4121
    TRICIA.WINTERSTEEN@DLA.MIL
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for a federal procurement related to a Commercial Off-The-Shelf (COTS) CNC Lathe Machine (Project # 301-320). It details the requirements for providing Operation, Maintenance, and Repair Manuals, emphasizing that the manuals must include comprehensive schematics and troubleshooting information necessary for journeymen-level personnel. The contractor is obligated to deliver two hard copies of the manuals, which should be in English and use imperial units of measure. The document also mandates a "no asbestos used" certification and a list of recommended spare parts. Distribution is restricted solely to the Department of Defense and its contractors, effective January 21, 2025. The aim is to ensure that the provided documentation adequately supports the operation and maintenance of the purchased equipment while maintaining compliance with specific quality and safety standards. Overall, the CDRL serves to establish clear data submission guidelines critical for successful implementation and upkeep within federal contracting scenarios.
    The document outlines the Contract Data Requirements List (CDRL) for a CNC Lathe Machine project (Project # 301-320) managed by the Department of Defense. It specifies the technical data needed from contractors, particularly the Technical Data Package (TDP) and Nationally Recognized Testing Laboratory (NRTL) certification for compliance with safety standards (OSHA). The document emphasizes the requirement for two hard copies of NRTL certification reports and mandates compliance with applicable Code of Federal Regulations. Distribution of the data is limited to the Department of Defense and its contractors. The CDRL includes various administrative and submission requirements to ensure proper oversight of data quality and compliance with government standards, including aspects concerning inspection, acceptance, and submission frequency. The information provided in the document is essential for ensuring that contractors meet specific requirements during procurement processes, highlighting the need for detailed documentation in support of defense contracts. Overall, the document serves as an essential guideline for contractors involved in government projects, emphasizing the importance of regulatory compliance, documentation, and appropriate data delivery.
    The document outlines the data requirements for a government contract concerning a CNC Lathe Machine (Project # 301-320), specifically detailing the Warranty Performance Report and its terms. It specifies the retrieval and maintenance of data as per the instructions provided, highlighting the obligations of the contractor to submit warranty documentation, which includes two hard copies. The warranty must cover defects in design, materials, and workmanship, conforming to the manufacturer's standard commercial warranty. It emphasizes that the warranty period should be a minimum of one year from acceptance or the manufacturer’s warranty term, whichever is longer. The report is intended primarily for the Department of Defense (DoD) and contractors and is aimed at ensuring compliance with the contractual standards. Distribution is strictly limited to authorized personnel within the DoD, with guidelines for documentation submission aligned with the installation and training of the equipment. This file represents a standard process in federal contracting, ensuring that contractors adhere to specified requirements under government grants and RFPs, thus reinforcing accountability in the procurement of goods and services.
    The document outlines the specifications for a CNC lathe required in a government procurement. Key features include a swing diameter of 20 inches over the front apron, an 8-inch MC8-5 spindle chuck, and capabilities for maximum cutting length and diameter of 48 inches and 16 inches, respectively. The lathe also requires substantial thrust from the X and Z-axis motors, along with specific travel measurements for precision operations. Operational features necessitate a high-speed spindle, direct speed drive system, a touchscreen control interface, and robust training and installation support. The procurement includes additional requirements: a 3-phase input voltage, warranty conditions, and NRTL/UL compliance. A timely delivery to specified contacts is essential, and shipping and installation must be inclusive of set-up assistance. The inclusion of manuals, operator training, and various specialized features such as chip conveyors and rigid tapping indicate the lathe's complexity and functionality. Overall, the document serves as a detailed request for proposal (RFP) for a high-performance CNC lathe that fulfills stringent operational and compliance criteria, crucial for enhancing manufacturing capabilities within government contracts.
    The document is a sole-source justification for procuring a HAAS TL-2 lathe, emphasizing that this specific machine is essential due to its compatibility with existing tools and fixtures. The procurement is restricted to HAAS due to the unique requirements of the existing systems, which necessitate a direct replacement that can work with proprietary tooling designed for HAAS machines. The justification asserts that no substitutes are available, and all brand-name components with specific characteristics further limit alternative sources. Relevant details include the manufacturer's contact information, the dealer's information, and confirmation that the new machine must seamlessly integrate with current operations. This request reflects the government's adherence to the sole-source contracting process to ensure operational consistency and efficiency.
    The document outlines specifications for a CNC Lathe Machine project (#301-320) at the Trident Refit Facility, Bangor. The primary purpose is to provide guidelines for a contractor to deliver, install, and set up a complete CNC lathe system, ensuring compliance with safety and operational standards. The scope includes the turnkey setup, training, and testing of the equipment. Key requirements emphasize adherence to safety regulations, including OSHA compliance and hazardous material control. The contractor must manage hazardous materials responsibly and provide necessary training for staff. The CNC lathe must meet specific operational specifications, including dimensions, speed, and components. Conditions of operation specify environmental and utility requirements. The government also outlines procedures for contractor installation and specifies responsibilities for training, quality assurance, and compliance inspections. Delivery and installation must occur within 180 days post-award, with prior notifications and coordination with government contacts. The document underscores the importance of safety, following strict operational conditions, and providing a fully functional system ready for use upon installation, emphasizing the commitment to meet government standards and regulations in the procurement process.
    The document outlines a government solicitation for a contract involving the acquisition of a CNC turning center, specifically a HAAS CNC Tool Room Lathe 2 (TL-2), and associated services including rigging, training, and manuals. The solicitation number is SPMYM225Q1522, and offers are due by 10:00 AM on May 1, 2025. The procurement is set aside for small businesses, emphasizing participation from service-disabled veteran-owned and women-owned businesses. Key requirements include adherence to various federal acquisition regulations and cybersecurity standards, notably regarding the safeguarding of covered defense information and reporting cyber incidents. The contractor is expected to follow segment-specific guidelines for secure information systems as detailed in the applicable clauses, ensuring compliance with all stipulated security measures. Delivery of the equipment and associated services is required by specific dates, with inspections to be conducted by government officials upon receipt. The document includes numerous references to guidelines regarding telecommunications equipment, personnel credentials for access, and the established protocols for proposals and acceptance. The thorough set of stipulations aims to ensure a transparent and compliant procurement process for critical defense-related items.
    Lifecycle
    Title
    Type
    CNC TURNING CENTER
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    Soraluce FLP 4000 Universal Floor Type 6-Axis Milling Center outfitted with the Soraluce Dynamics Active Stabilizer Plus (DAS+) or equivalent 6-Axis Universal Floor Type Milling Center with active dampening system equivalent to the DAS+.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is conducting market research to identify vendors capable of supplying a Soraluce FLP 4000 Universal Floor Type 6-Axis Milling Center equipped with the Soraluce Dynamics Active Stabilizer Plus (DAS+) or an equivalent system. This procurement includes not only the milling center but also comprehensive turnkey services such as installation, removal of existing equipment, foundation work, shipping, tooling, training, and technical documentation. The equipment will be utilized at the Fleet Readiness Center-EAST in Cherry Point, North Carolina, highlighting its significance in supporting military readiness and operational capabilities. Interested parties are encouraged to submit their capabilities by emailing avnipemarketresearch@dla.mil, with responses due by the closing date of the SAM.gov posting, as this is a sources sought notice and not a formal solicitation.
    Intent to Sole Source - Prototrak 1845RX CNC Lathe
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract for the procurement of a Prototrak 1845RX CNC Lathe for the Air Force Institute of Technology (AFIT) located at Wright-Patterson AFB, Ohio. The lathe must meet specific technical requirements, including an 18-inch swing over bed, a 10 HP spindle motor, and a Prototrak RLX touchscreen controller, along with necessary accessories and a two-year warranty. This equipment is crucial for enhancing the capabilities of AFIT in machining operations, and the contract will be awarded to Charles Jones Machinery Inc., the only known source capable of fulfilling these requirements. Interested parties may submit capability statements or inquiries to Bryson Pennie and Linh Jameson via email by 12:00 pm Local Time on December 18, 2025, to be considered for any potential competitive procurement.
    CNC Punch/Fiber Laser Combination Machine
    Dept Of Defense
    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.
    10--TRAVERSING MECHANIS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 64 units of the Traversing Mechanism, identified by NSN 1005015634655. The procurement includes two lines: the first requiring 64 units to be delivered within 199 days after order (ADO) and the second requiring 1 unit to be delivered within 60 days ADO. These components are critical for military applications, specifically in the realm of small arms and ordnance manufacturing. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.
    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.
    SHOP EQUIPMENT,TORP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of SHOP EQUIPMENT, TORP, which involves the manufacture and supply of specialized machinery. The contract requires adherence to strict quality standards, including ISO 9001 certification, and mandates higher-level inspection and acceptance of supplies at designated locations. This equipment is critical for military operations, particularly in maintaining and supporting naval vessels, and must be free from mercury contamination due to its intended use on submarines and surface ships. Interested vendors should contact Matthew Cracker at 717-550-3121 or via email at MATTHEW.CRACKER@DLA.MIL for further details and to access technical drawings necessary for the proposal submission.