36 MXS Clausing Milling Machines (Manual & Hybrid) - Andersen AFB, Guam
ID: FA524025QM113Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

Machine Tool Manufacturing (333517)

PSC

MILLING MACHINES (3417)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide Clausing Milling Machines (both manual and hybrid) for Andersen Air Force Base in Guam. The procurement requires the delivery of new OEM milling machines that meet specific technical specifications, including precision measurements and operational capabilities, essential for military applications. This opportunity is critical for enhancing the operational efficiency of aircraft component production, with a submission deadline for quotes set for April 10, 2025, at 1300 Chamorro Standard Time. Interested vendors should direct inquiries to TSgt Samuel Gordon at samuel.gordon@us.af.mil or Gerardine Mendiola at gerardine.mendiola@us.af.mil for further clarification.

    Point(s) of Contact
    Files
    Title
    Posted
    The document FA524025QM113 outlines contractual clauses relevant to federal RFPs and grants, including requirements for the procurement of items supplied to the Department of Defense (DoD). It includes references to various clauses and regulations, particularly emphasizing compliance with unique identification and valuations of delivered items, as prescribed in section 252.211-7003. Key components address definitions of unique item identifiers, the responsibilities of contractors in marking and reporting, and provisions for electronic payment processes through the Wide Area Workflow (WAWF) system. The document stresses compliance concerning compensation of former DoD officials, whistleblower rights, the acquisition of telecommunications equipment, and operational restrictions regarding specific foreign entities and regions. In short, this extensive file is structured to ensure that contractors meet federal standards and maintain proper oversight, transparency, and accountability in their engagements, while also safeguarding against risks such as child labor and compliance with environmental regulations. It highlights the government’s commitment to ethical practices in its contracting processes.
    The government document FA524025QM113 specifies the procurement requirements for Clausing Milling Machines as part of a federal request for proposal (RFP). It outlines details for two models: a manual and a hybrid milling machine, both requiring new OEM parts with a standard warranty. The manual model (CLIN 0001) must feature a 3-axis milling ability with precision measurements down to 0.001 inches, Acu-Rite Digital Readout, and a voltage requirement of 220/240V, among other specifications. The hybrid model (CLIN 0002) must include a 2-axis MILLPWR CNC control, a 5 Hp motor, and similar dimensional and operational parameters. Shipping (CLIN 0003) stipulates that the machines should be packed in an enclosed crate, with weight and transport requirements detailed to ensure safe delivery. This document serves as a formal outline of technical and logistical requirements essential for vendors to adhere to while responding to the RFP, ensuring the supplied equipment meets military operational standards.
    The document outlines the Standard Operating Procedures for Shipping Option B for AAFB shipments via the DLA Consolidation Point located in Tracy, California. It provides detailed instructions for contractors regarding proof of delivery, freight delivery procedures, and specific shipping requirements for items sent to Yigo, Guam. Contractors must submit proof of delivery documents with their invoices to facilitate timely payment, and ensure deliveries are traceable. Freight charges exceeding $100 require a carrier's freight bill, and any unauthorized charges over the purchase order amount may lead to payment delays. Shipments are categorized based on weight and packaging requirements, with specific protocols for military sealift shipping. The document emphasizes compliance with transportation regulations and mandates the use of heat-treated pallets. Furthermore, it stipulates that contractors must schedule deliveries to the CCP and utilize government-provided shipping labels. These procedures are essential for ensuring the efficient movement of government-related supplies and maintaining accountability in the shipping process, reflecting the broader requirements for federal procurement and grant management in relation to shipping logistics.
    The document outlines a Request for Information regarding the FA524025QM113 – 36 MXS Clausing Hybrid Milling Machine. It primarily addresses inquiries related to the acceptable specifications for machining equipment, including spindle interchangeability and the necessity for specific travel distances on power feeds. The model "NMTB40" spindle may be acceptable if it maintains tooling interchangeability with the "NMTB30." The request emphasizes that the specific manufacturer is secondary to the fulfillment of required operational standards. Both manual and CNC machining of aircraft parts necessitates the Mil Pwr controller, which utilizes a Cartesian Coordinate system crucial for programming and machine training. The travel specifications for X and Y axis power feeds are outlined as minimum requirements to ensure the machinery's capability for aircraft component production. Overall, this document serves to clarify essential requirements and operational functionalities for prospective vendors responding to the hybrid milling machine solicitation, aligning with the objectives of federal government procurement processes.
    The memorandum outlines an amendment related to the solicitation FA524025QM113 for the 36 MXS Clausing Hybrid Milling Machine at Andersen Air Force Base, Guam. The amendment serves two main purposes: it includes the responses to Requests for Information (RFIs) as Attachment 4 and adds this memorandum as Attachment 5 to the solicitation documents. For any inquiries, contact information for the Contracting Officer, TSgt Samuel L. Gordon III, and the Contract Specialist, Gerardine Mendiola, is provided. This amendment is critical for potential bidders to review updated information and ensure they are fully informed as they prepare their proposals. The document adheres to governmental protocol by maintaining a formal tone and providing necessary contact details for further clarification.
    The document is a Combined Synopsis/Solicitation issued by the Department of the Air Force for the procurement of Clausing Milling Machines (manual and hybrid) at Andersen Air Force Base, Guam. It is a Request for Quotes (RFQ) aimed exclusively at small businesses, with a submission deadline of April 10, 2025. The procurement requires bidders to provide pricing, technical descriptions, and shipping details, with two shipping options described: a standard delivery within 120 days and an expedited option in 45 days. The evaluation of offers will prioritize compliance with solicitation specifications and price, considering additional factors for shipping costs based on chosen options. Proposals must be submitted by businesses active in the System for Award Management (SAM), and they are instructed to include key information such as tax ID, business size, and contact details. The document emphasizes that the government intends to make awards based on the best value, not necessarily the lowest price, and further defines procedures for clarifying proposals if needed. Interested vendors are encouraged to direct inquiries to specified contacts to ensure compliance with the submission requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    34--DRILLING MACHINE,UP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of eight drilling machines under solicitation number NSN 3413016455766. The machines are classified under the NAICS code 333517 for Machine Tool Manufacturing and are essential for various military applications, ensuring operational readiness and maintenance capabilities. This procurement is set aside for small businesses, and all responsible sources are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, with quotes due within 151 days after the award date.
    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.
    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.
    Request for Information (RFI): Optimized Machining Parameters for AerMet 100
    Buyer not available
    The Department of the Air Force is issuing a Request for Information (RFI) to gather insights on optimized machining parameters for AerMet 100, a high-strength alloy critical for aerospace applications. The objective of this RFI is to identify current industry capabilities and solutions that can enhance manufacturing efficiency, reduce waste, and ensure consistent high-quality output, particularly for landing gear components. The USAF is seeking information on company capabilities, recommended machining parameters, tooling solutions, and cost estimates, with responses due by December 22, 2025, and questions accepted until December 8, 2025. Interested parties can contact Randolph Hildebrandt Jr. at randolph.hildebrandt.2@us.af.mil or Andrew Gross at andrew.gross.4@us.af.mil for further details.
    GEARBOX,LANDING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    Pama Z-Axis Ball Screw and Assemblies
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking to procure replacement parts for the SU-23 Pama Milling Machine, including a Z-axis ball screw and ancillary equipment. The objective of this procurement is to restore the machine to full functionality following an inspection that revealed damage to the existing components. The replacement parts are critical for maintaining operational efficiency in milling operations, underscoring the importance of this equipment within the Navy's manufacturing capabilities. This opportunity is sole sourced to Pama Inc. (Cage Code 7BU28), and interested parties can contact Karette Brissett at karette.a.brissett.civ@us.navy.mil or by phone at 445-227-0074 for further details.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Airfield Lighting Control and Monitoring System (ALCMS) at the 36th Civil Engineer Squadron in Yigo, Guam. The procurement involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as detailed in the attached justification and approval document. This system is critical for ensuring the safety and efficiency of airfield operations, highlighting the importance of reliable lighting control and monitoring. Interested parties can reach out to Lauren Reyes at laurenrenee.reyes.2@us.af.mil or by phone at 671-366-6612, or Aubreeana Taylor at aubreeana.taylor@us.af.mil or 671-366-6603 for further information.
    ONE (1) C-FRAME HYDRAULIC PRESS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of one C-Frame Hydraulic Press. This equipment is required to meet specific operational needs and must be delivered with training, technical data, an IUID tag, shipping, installation, and foundation support. The hydraulic press is crucial for various manufacturing processes, emphasizing the importance of reliable machinery in defense logistics. Interested vendors should note that the solicitation is expected to be issued on December 20, 2024, and can be accessed via the DLA Intranet Bid Board System (DIBBS). For further inquiries, potential bidders can contact Edmund Quee at edmund.quee@dla.mil or by phone at 804-279-2589.
    F-16 Multiplier Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for a Multiplier Assembly (NSN: 1270-01-343-8506) intended for Foreign Military Sales (FMS) customers. This procurement requires qualified sources, specifically Northrop Grumman and Spectrum Microwave, and includes stipulations for quantity range pricing, a First Article Test Report (FATR), and a First Article (FA) requirement with a delivery timeline of 180 days. The contract emphasizes compliance with military packaging standards and various defense regulations, including the Buy American Act and ITAR. Interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil, with the solicitation due by December 22, 2025.