Notice of Intent: Waterjet
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

All Other Industrial Machinery Manufacturing (333248)

PSC

MISCELLANEOUS MACHINE TOOLS (3419)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the acquisition of an Omax water cutter, with Phillips Corporation Inc. identified as the sole source provider. This procurement is essential for the Air Force's Metals Technology shops, as the Omax machine meets specific operational requirements that no other alternatives can fulfill. The justification for this sole-source acquisition is based on the unique capabilities of the Omax water cutter and the urgency of operational demands, with funding contingent upon the availability of appropriated funds. Interested parties can reach out to Parker Hughes at parker.hughes@us.af.mil or 530-634-4119 for further information.

    Files
    Title
    Posted
    This document presents a Sole Source Justification for the acquisition of an Omax water cutter from Phillips Federal under simplified procedures for certain commercial items. The government has determined this necessity based on the unique qualifications of the Omax machine for its specific operational requirements. The Air Force has indicated that this brand of waterjet is essential for its Metals Technology shops and that no alternative sources meet the required specifications or standardization needs. Previous market research reveals that Phillips Federal is the sole provider of Omax Corporation equipment for federal agencies. Cost analysis indicates that the anticipated expenditure for the waterjet is reasonable compared to prior similar purchases. The justification is framed within the statutory authority allowing for other than full and open competition due to the specific capability of the Omax water cutter and the urgency of meeting operational demands. Future actions include the pursuit of additional vendors if new sources for Omax equipment become available. The document is formally approved by the contracting officer, indicating completeness and accuracy of the information provided.
    OMAX has appointed Phillips Federal as the exclusive distributor for its products to the federal government, as stated in a communication signed by Federal Sales Manager John Hartley on January 4, 2024. Phillips Federal is authorized to represent OMAX in federal accounts, and only OMAX factory technicians are employed for servicing their equipment. All parts provided by Phillips Federal are original equipment manufacturer (OEM) parts shipped from OMAX's factory, ensuring compliance with stringent design specifications. The warranty covers only parts and services sourced through Phillips Federal; items from non-approved vendors will not be warranted. This arrangement underscores OMAX's commitment to maintaining quality and authorized representation in dealings with the federal government, highlighting the importance of compliant sourcing and service integrity in federal contracting contexts.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    CNC Milling Machine - Intent to Sole Source Award
    Active
    Dept Of Defense
    The Department of Defense, specifically the 56th Contracting Squadron at Luke Air Force Base in Arizona, intends to award a sole source contract for a Haas 5-axis UMC-750 Milling and CNC Machine to Phillips Corporation Inc. This procurement is justified under Simplified Acquisition Procedures, as Phillips Corporation is the exclusive distributor for Haas CNC Machine Tools to U.S. Government facilities, ensuring compatibility with existing machinery and operational efficiency. The estimated contract value is $192,575, and the primary contacts for this opportunity are TSgt Jirah Lackings and TSgt Terrel Cloud, who can be reached at jirah.lackings@us.af.mil and terrel.cloud@us.af.mil, respectively. This notice serves as an intent to award and is not a request for competitive proposals.
    Notice of Intent to Sole Source Acutronic USA Inc
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Holloman Air Force Base, intends to award a sole source contract to Acutronic USA Inc. for the evaluation of the Contraves Model 445 120-inch Air Bearing Centrifuge, which has experienced significant water intrusion. The procurement aims to engage a certified technician to conduct a thorough inspection and assessment of the centrifuge's operational parameters and damage, ensuring its readiness for critical military testing applications. This specialized equipment, valued between $75 million and $100 million, is essential for inertial testing, and Acutronic is the only vendor with the necessary expertise to service it. Interested parties may submit capability statements by September 25, 2024, with the anticipated award date set for September 30, 2024. For further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil.
    CBN HYPERION CLEANING SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a Sole Source contract for the CBN Hyperion Cleaning Service to Electroplating Consultants International Inc., as part of its procurement for the Oklahoma City Air Logistics Complex. This contract will involve the supply of 45,000 Carats of CBN-570 materials, which are exclusively provided by Hyperion Materials & Technologies, the only certified supplier according to Air Force Technical Order T.O. 2-1-111. The unique qualifications of Hyperion as a trusted supplier for Pratt & Whitney necessitate this sole source justification, ensuring compliance with specific technical requirements. Interested parties may submit their quotes and capability statements electronically via the System for Award Management (SAM) at https://sam.gov/, with all necessary contractor registrations required prior to contract award. For further inquiries, interested vendors can contact Bridgette Miles at bridgette.miles@us.af.mil or Patrick Campbell at patrick.campbell.13@us.af.mil.
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.mil.
    100 MXS Sheet Metal Corrosion Pipe Bender
    Active
    Dept Of Defense
    The Department of Defense, specifically the 100 Maintenance Squadron (48th MXS), is seeking quotes for the procurement of a PHI 420 Precision Bending Machine, which is essential for enhancing maintenance capabilities for the KC-135 and C-130/CV-22 aircraft fleets. The machine is required to replace outdated equipment and must feature a hydraulic mandrel extractor, the ability to bend tubes up to 1.5 inches in diameter, and operate without an external power source, thereby allowing for field adjustments. This procurement is critical for improving operational readiness and efficiency in military maintenance operations. Interested contractors must submit their quotes by September 25, 2024, with inquiries due by September 18, 2024; for further information, they can contact Mrs. Patsy Hereford-Goesmann at patsy.hereford-goesmann.1@us.af.mil or Esther Hamilton at esther.hamilton@us.af.mil.
    Fabrication Cell Phase II - Automation Production Saw and Laser Weld
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is seeking to procure specialized machinery for its Combat Capabilities Development Command Armaments Center located at Picatinny Arsenal, NJ. The procurement involves a sole source contract for one Harris Engineering and Manufacturing VT120HA-60-CTS Vertical Tilt-Frame Automation Production Saw and one Trumpf TruLaser Weld 5000, both essential for enhancing automation in production processes. Mid Atlantic Machinery, Inc., the authorized provider of this equipment, will supply the required items under simplified procurement procedures. Interested parties can reach out to Roseanne Hooven at roseanne.hooven2.civ@army.mil or call 520-669-9042 for further details.
    Monarch Lathe Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of Monarch lathe parts, which are critical for the operations of the Tool & Die PDM shop. This procurement is a brand name only requirement, limited to Monarch Lathes, LP and two authorized resellers, due to the proprietary nature of the parts and the necessity for compatibility with existing equipment. The acquisition supports military readiness by ensuring the availability of essential components for an outdated lathe model, originally manufactured in 1941. Proposals are due by September 19, 2024, with the contract expected to be awarded shortly thereafter, and interested vendors should contact Anthony Dollard at anthony.dollard@us.af.mil for further details.
    Intent to Sole Source - Haas Performance Assurance Services AVCRAD
    Active
    Dept Of Defense
    The Department of Defense, specifically the Missouri Aviation Classification Repair Activity Depot (MO AVCRAD), intends to award a sole source contract for Performance Assurance (PA) services for four Haas brand metalworking machines located in Springfield, Missouri. The procurement aims to ensure that the contractor, Phillips Corporation Inc., who holds exclusive distribution rights for Haas CNC Machine Tools, provides necessary maintenance and support services as outlined in the Performance Work Statement (PWS). These services are critical for maintaining operational efficiency and compliance with safety regulations for the metalworking machinery used by the government. Interested parties may submit quotes via email to the primary contacts, Douglas Young and Stephen Miller, by 3:00 p.m. Central Daylight Time on September 19, 2024, with the contract being conducted under FAR Part 13 guidelines.
    Sole Source Parker Hannifin spares
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Richmond, Virginia, is preparing to issue a Letter Request for Proposal (RFP) for the procurement of sole source spare parts from Parker Hannifin Corporation. This initiative targets a total of 280 National Stock Numbers (NSNs) associated with various weapon systems and operational platforms, with the intent to award the contract solely to the Original Equipment Manufacturer (OEM) due to their approved status as the source of supply. Interested non-OEM suppliers and surplus dealers are encouraged to express their interest and provide documentation demonstrating their capability to supply the required items, as the government may consider alternative acquisition strategies if beneficial. The anticipated timeline for this procurement includes an open date of September 9, 2024, and a closing date of October 10, 2024. For further inquiries, interested parties may contact Kenya Allamby at kenya.allamby@dla.mil or by phone at 804-279-3716.
    SOLE SOURCE NOTICE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Controlled Environment Systems LLC for specialized services. This procurement is being conducted under FAR 6.302-1, which allows for sole source contracts when only one source is deemed capable of fulfilling the requirements. The services sought are critical for the maintenance and repair of commercial and industrial machinery and equipment, ensuring operational readiness and efficiency. Interested parties may challenge this sole source determination by submitting written information to Nichole Stevens at nichole.stevens@navy.mil, as the Government will consider such challenges in deciding whether to compete the requirement.