TOOLING PACKAGE 1000 TON ACCUPRESS BRAKE
ID: SPMYM125Q0032Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - NORFOLKPORTSMOUTH, VA, 23709-5000, USA

NAICS

Machine Tool Manufacturing (333517)

PSC

MISCELLANEOUS SECONDARY METAL FORMING AND CUTTING MACHINES (3449)

Set Aside

Local Area Set-Aside (FAR 26.2) (LAS)
Timeline
  1. 1
    Posted Feb 6, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 6:00 PM UTC
Description

The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals for a Firm Fixed Price contract to procure tooling for a 1000 Ton Accupress Brake, intended to enhance operational capabilities at the Norfolk Naval Shipyard in Portsmouth, Virginia. The procurement is specifically aimed at local authorized SAM’s Cage holders within the Eastern Region, with a focus on ensuring that all items are new and compliant with Federal Acquisition Regulation (FAR) guidelines. This acquisition is crucial for maintaining efficient shipyard operations and supports small business participation, including those owned by service-disabled veterans and economically disadvantaged individuals. Interested vendors must submit their quotes by April 15, 2025, and direct any inquiries to LaTasha Pearson at latasha.pearson@dla.mil.

Point(s) of Contact
Files
Title
Posted
Mar 11, 2025, 7:05 PM UTC
The document outlines the solicitation SPMYM125Q0032 for the purchase of new tooling for the 1000 Ton Accupress Brake at Norfolk Naval Shipyard. The acquisition is set to enhance operational capabilities and is targeted primarily towards small businesses, including those that are service-disabled veteran-owned, economically disadvantaged women-owned, and HUBZone small businesses. The contractor is responsible for on-site measurements, the installation of tooling, and testing to ensure compatibility with existing machinery. Key delivery requirements stipulate that all items must arrive palletized, with clear labeling and adherence to specific packaging guidelines. Additionally, compliance with various Federal Acquisition Regulation clauses is mandated, covering areas such as telecommunications services, contracting restrictions, and certification regarding representations. The deadline for submissions is set for April 15, 2025, with a focus on securing quality materials and services necessary for efficient shipyard operations, reflecting the government's commitment to effective procurement practices and support for small business participation in federal contracts.
Mar 11, 2025, 7:05 PM UTC
This document is an amendment to a solicitation and contract modification, primarily aimed at extending the response deadlines for vendors. The due date for submissions has been shifted from February 20, 2025, to April 15, 2025, with the solicitation issuance date updated from February 6, 2025, to March 11, 2025. In addition, revisions to clause 52.212-5 have occurred, notably the removal of clauses 52.222-21 (Prohibition of Segregated Facilities) and 52.222-26 (Equal Opportunity). The amendment reiterates the need for contractors to comply with various Federal Acquisition Regulation (FAR) clauses applicable to the acquisition of commercial products and services. These clauses include provisions regarding child labor, employment reports on veterans, and various restrictions concerning contracting with foreign entities. Overall, the amendment serves to refresh critical administrative details and ensure compliance with updated regulations, which reflects the federal government's ongoing efforts to expand opportunities for small businesses while maintaining oversight and compliance of contractors.
Mar 11, 2025, 6:04 PM UTC
The document outlines a government solicitation for purchasing new tooling for the 1000 Ton Accupress Brake at the Norfolk Naval Shipyard. It specifies the requirements for the tools, including multiple four-way die holders and punches, ensuring they meet precise measurements and capabilities. The contractor is also responsible for onsite support during delivery and installation, including performing preliminary measurements. Additionally, strict shipping and labeling guidelines are highlighted, requiring palletization for items over 40 lbs and full identification details on all shipments. The procurement is categorized as a small business set-aside and is compliant with various federal regulations that govern contracting processes. The solicitation includes numerous clauses and provisions related to contracting with entities, reporting requirements, and adherence to safety and quality standards. The emphasis on correct documentation and adherence to defined specifications underscores the importance of compliance within government contracting. Overall, the solicitation aims to facilitate an efficient and effective procurement process for necessary tooling while adhering to federal regulations and standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Three Cincinnati 750 AF10, CNC Press Brake
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for the procurement of three Cincinnati 750 AF10 CNC Press Brakes, with a contract completion deadline of 365 days post-award. These machines are essential for operations at Naval Base Kitsap-Bangor in Silverdale, WA; Trident Refit Facility in King Bay, GA; and Norfolk Naval Shipyard in Portsmouth, VA, and will include tooling, installation, training, and other associated services. The solicitation, anticipated to be issued around May 1, 2025, will follow FAR 13.5 procedures and result in a Firm, Fixed Price Contract. Interested contractors can contact Orvella G. McWilliams at orvella.mcwilliams@dla.mil or by phone at 804-279-3738 for further details, and the solicitation will be available on the DLA DIBBS website.
SLEEVES
Buyer not available
The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals from qualified small businesses for the procurement of specialized marine shaft sleeves, including a stern tube grounding device sleeve, aft propeller bearing sleeve, stern tube coupling cover sleeve, and propeller coupling cover sleeve. These components are critical for preventing wear and corrosion in naval applications and must be manufactured from nickel-copper alloy castings that comply with stringent military specifications and quality assurance standards. The anticipated contract value is approximately $391,210, with a delivery timeline of 36 weeks post-award. Interested parties should submit their proposals by 3:00 PM EDT on May 12, 2025, and direct all inquiries to Monica Richardson at monica.richardson@dla.mil.
DOWNDRAFT TABLE
Buyer not available
The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals for a Firm Fixed Price contract to supply a Downdraft Table, specifically part number FT80192-IN from the original equipment manufacturer DUALDRAW. This procurement is a total small business set-aside under NAICS code 333618, focusing on Other Engine Equipment Manufacturing, and is critical for ensuring efficient operations at the Norfolk Naval Shipyard. The anticipated delivery date for the required item is eight weeks post-award, with the solicitation number SPMYM125Q0076 set to be released on April 24, 2025, and proposals due by 9:00 AM EST on May 1, 2025. Interested vendors should direct inquiries to Steven Treherne at steven.treherne@dla.mil, ensuring the solicitation number is included in the subject line of all correspondence.
DOWNDRAFT TABLE
Buyer not available
The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals for the procurement of a downdraft table, specifically the FT80192-IN model from DUALDRAW, intended for use at the Norfolk Naval Shipyard. This requirement aims to enhance worker safety by providing negative pressure ventilation to remove harmful dust and debris, thereby improving air quality and protecting equipment integrity. The contract will be awarded based on the lowest price technically acceptable (LPTA) criteria, with a total small business set-aside to encourage participation from smaller firms. Interested parties must submit their proposals by 9:00 AM EST on May 1, 2025, and can direct inquiries to Steven Treherne at steven.treherne@dla.mil. The solicitation number is SPMYM125Q0076, and all relevant documents will be available electronically on SAM.gov starting April 24, 2025.
AFT and FWD Cradles
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking small business vendors to provide AFT and FWD Cradle assemblies for the Portsmouth Naval Shipyard. This procurement is part of a total small business set-aside initiative, emphasizing compliance with federal regulations and standards, particularly concerning telecommunications and cybersecurity. The selected vendors will play a crucial role in supplying essential components that support naval operations, with quotes due by May 9, 2025. Interested parties should contact Thomas Apple at Thomas.AppleJr@dla.mil for further details and ensure they are registered in the System for Award Management (SAM) to participate in the bidding process.
53--CLAMP,INSTRUMENT MO
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 57 units of the CLAMP, INSTRUMENT MO (NSN 5340009371348). This solicitation is part of a Total Small Business Set-Aside and may lead to an Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000. The clamps are essential hardware components that will be shipped to various DLA depots both within the continental United States (CONUS) and overseas (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
61--BRAKE,ELECTRIC
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of electric brakes (NSN 6110015129405) for the USS Arlington (LPD 24). The solicitation includes three line items, with a total quantity of six electric brakes required to be delivered within 20 days after order. These components are critical for the operational functionality of naval vessels, ensuring safety and reliability in power distribution systems. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil.
CNC TURNING CENTER
Buyer not available
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.
53--ARM DOG
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an ARM DOG (NSN 5340014851703) under a total small business set-aside. The requirement includes a quantity of one unit to be delivered to the Puget Sound Naval Shipyard within five days after the order date. This hardware item is critical for military applications, emphasizing the importance of reliable supply chains in defense operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil, with the solicitation details available on the DLA's website.
Crane Maintenance and Repair
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide crane maintenance and repair services at Naval Station Norfolk, Virginia, and other areas of responsibility. This Sources Sought Notice aims to gather information on the capabilities of small businesses, including Small Disadvantaged, Women Owned, Service-Disabled Veteran-Owned, HUBZone, and 8(a) certified firms, to perform a proposed Indefinite Delivery, Indefinite Quantity (IDIQ) contract for crane and equipment repair services. The anticipated contract term will not exceed 66 months, and interested parties are encouraged to submit a capabilities package by 2:00 PM EST on May 5, 2025, to Sheena Lassiter at sheena.l.lassiter.civ@us.navy.mil, detailing their relevant experience and qualifications.