HAAS UMC 750 CNC Machines - Sole Source
ID: FA448425Q0043Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Machine Tool Manufacturing (333517)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of a HAAS UMC-750 5-Axis CNC Machine and associated support equipment, under a sole-source contract. This procurement aims to enhance the capabilities of the 305th Maintenance Squadron’s Aircraft Metals Technology Team, facilitating increased production and reverse engineering of aircraft parts to address supply shortfalls. The machine is critical for machining operations and must be delivered to Joint Base McGuire-Dix-Lakehurst, New Jersey, by September 30, 2025, with offers due by August 8, 2025. Interested contractors should contact Daniel Theyn at daniel.theyn@us.af.mil or Sarah Brown at sarah.brown.53@us.af.mil for further details and must ensure compliance with all specified requirements and regulations outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The 305th Maintenance Squadron’s Aircraft Metals Technology Team urgently requires a new HAAS UMC-750 5-Axis CNC Machine. This Statement of Work outlines detailed specifications for the brand-new equipment, including its integrated 2-axis trunnion rotary table, spindle features, tool changer, and rapid traverse rates. Controller features such as a touch screen display, Ethernet interface, and 1 GB program memory are also specified. Additional requirements include a one-year warranty, 32 GB memory, a Wifi camera, through-spindle coolant, and an anchoring kit. The machine and components are to be delivered to 2201 Grissom Road, JBMDL, McGuire AFB, NJ 08641, with driver notification to the Aircraft Metals Technology team upon arrival. The team will be responsible for receiving, uncaring, rigging, and rough leveling the machine, but Phillips Federal will handle commissioning services, including electrical verification, final leveling, and controller updates. Installation and delivery must be completed by September 30, 2025, adhering to all safety standards, with the technician completing service in one business day without generating hazardous waste.
    This document outlines security procedures for contractors and vendors at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. It details requirements for installation access, including criminal history and Wants/Warrants checks, and the issuance of Installation Access Passes/Cards based on visit duration. Non-U.S. citizens have specific requirements, including work permits and background checks. The document also specifies vehicle entry procedures, categorizing commercial and oversized vehicles, and outlines access to restricted areas and flightlines, which requires additional security clearances and escorts. It details the process for establishing
    The "Antiterrorism Awareness for Contractors" pamphlet from Joint Base McGuire-Dix-Lakehurst (JB MDL) outlines contractors' roles in antiterrorism efforts while on base. It emphasizes that contractors are "Force Multipliers" expected to maintain security vigilance and report suspicious activities. The document defines terrorism and categorizes types of victims (by association, location, or opportunity). Key points for contractors include being alert to surroundings, recognizing unusual elements, and knowing authorized personnel. It details specific suspicious activities to look for, such as surveillance, elicitation attempts, security tests, unauthorized acquisition of supplies, suspicious persons, dry runs, deploying assets, and terrorism financing. For emergencies, contact 911 (landline) or (609) 754-6001 (cell phone). To report suspicious activity, contractors should call the 87th Security Forces Desk at (609) 754-6001 and be prepared to provide their name, company, accurate location, a callback number, and remain at their location until contacted or directed otherwise by Security Forces.
    The Department of the Air Force's 87th Air Base Wing at Joint Base McGuire-Dix-Lakehurst (JB MDL) issued an Antiterrorism Guide for Contractors, effective April 22, 2024. This guide outlines critical antiterrorism measures, emphasizing contractor and subcontractor responsibility in protecting personnel, installations, and resources from terrorist acts. It defines terrorism and antiterrorism, citing DoDI O-2000.16, DFARS, and Joint Publication 3-07.2 as references. Contractors must control personnel and vehicles, prevent actions that could aid terrorists, and are strongly encouraged to complete the DoD Antiterrorism Level I Training. The guide stresses the importance of suspicious activity reporting, providing on-base and off-base contact numbers for the 87th Security Forces Squadron, Office of Special Investigation, and various state/city hotlines. It details types of suspicious activities to report (e.g., surveillance, elicitation, tests of security) and provides the SALUTE mnemonic for recording observations. The document also includes emergency 911 dialing instructions for cell phones and additional non-emergency contact numbers.
    This document outlines the U.S. Air Force's urgent requirement for a HAAS UMC-750 5-axis CNC machine to increase production capabilities and facilitate reverse engineering of aircraft parts, addressing supply shortfalls. The government intends to award a single firm-fixed-price contract on a sole-source basis. Contractors must be actively registered in SAM to be eligible for DoD contracts. Offers, due via email by August 8, 2025, to daniel.theyn@us.af.mil and Sarah.Brown.53@us.af.mil, must include technical proposals demonstrating capacity to meet SOW specifications and detailed price/admin information. The latter includes unit and extended pricing, CAGE Code, UEI Number, business-size standard under NAICS 333517, and Representations and Certifications. Offers must remain valid for 90 days. Award will be based on technical acceptability and a fair and reasonable price, with potential negotiations if the price is not deemed fair. The evaluation criteria prioritize the contractor's ability to perform the SOW requirements and a comprehensive price proposal, with provisions for handling unbalanced pricing.
    This government solicitation, FA448425Q0043, is for the acquisition of a 5-Axis CNC Machine (HAAS UMC-750) and associated support equipment, categorized under Product Service Code 3417. The solicitation outlines requirements for commercial products and services, including detailed delivery schedules for September 30, 2025, to McGuire AFB, NJ. It specifies payment instructions via the Wide Area WorkFlow (WAWF) system, incorporating various Defense Federal Acquisition Regulation Supplement (DFARS) clauses such as 252.232-7003 and 252.232-7006 for electronic submissions. The document also lists numerous Federal Acquisition Regulation (FAR) clauses, including those related to small business programs (e.g., Women-Owned Small Business, HUBZone, SDVOSB), labor standards, environmental compliance, and restrictions on certain foreign procurements and telecommunications equipment, highlighting the comprehensive regulatory framework governing this federal contract.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    CensiTrac Laser Instrument Marking Machine
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a CensiTrac Laser Instrument Marking Machine through a sole source justification. This specialized equipment is essential for marking instruments used in hospital settings, falling under the category of hospital furniture, equipment, utensils, and supplies. The procurement aims to enhance operational efficiency and ensure compliance with medical standards. Interested vendors can reach out to primary contact Adalie Greig at adalie.greig@us.af.mil or secondary contact Marcus Thomas at marcus.thomas.3@us.af.mil for further details regarding this opportunity.
    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.
    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.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting bids for a customized machine base designed for cannon manufacturing process equipment. The procurement involves the design, fabrication, installation, and training for a machine base that can accommodate workpieces of significant dimensions and weight, with specific requirements outlined in the Statement of Work. This machine base is critical for enhancing the manufacturing capabilities at the Watervliet Arsenal, ensuring precision and efficiency in cannon production. Interested contractors must submit their proposals by December 8, 2025, and can direct inquiries to Amanda Robinson at amanda.p.robinson2.civ@army.mil or by phone at 518-266-4931.
    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.
    AIRCRAFT EAGLE F-15, SCREW, ACTUATING, ACTUATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Aircraft Eagle F-15 Actuating Screw Actuator, identified by NSN 1560-00-298-8901. This opportunity involves an Indefinite Quantity Contract with a duration of five years, requiring an estimated annual quantity of 10 units, with a total delivery schedule of 365 days for production. The actuator is a critical component for the F-15 aircraft, and the procurement is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should submit their proposals to the provided fax number and can access the solicitation on the DLA Internet Bid Board System, with the issue date expected around November 22, 2026. For further inquiries, contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    N0038326PR0R173 - Pre-Solicitation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole-source Request for Quotation (RFQ) for the repair of six BLADE ASSEMBLY units from Hamilton Sundstrand Corporation. This procurement, justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, is critical for Foreign Military Sales (FMS) and emphasizes that only one responsible source can fulfill the agency's requirements. While other manufacturers may submit capability statements, only approved sources will be considered, and the procurement process will not accommodate delays for Source Approval Requests. Interested parties should direct their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil, with the solicitation expected to be released around December 17, 2025, and proposals due by January 16, 2026.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil 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.