Intent to Sole Source - Haas Performance Assurance Services AVCRAD
ID: W912NS24Q8507Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NJ USPFO ACTIVITY MO ARNGJEFFERSON CITY, MO, 65101-1200, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- METALWORKING MACHINERY (J034)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document outlines a determination memorandum for sole source acquisitions under Simplified Acquisition Procedures (SAP) for the procurement of Performance Assurance (PA) services for Haas brand metalworking machines at the Missouri Aviation Classification Repair Activity Depot. The contracting officer can limit solicitation to a single source if it is justified that only one can meet the government's requirements. Phillips Corporation Inc. (the sole distributor for Haas CNC Machine Tools under government contracts) is proposed as the contractor, backed by an official letter confirming their exclusive distribution rights. Market research indicated that all relevant contracts over a seven-year period were awarded to Phillips, which was not classified as a small business for the associated NAICS code. Pricing analysis showed consistent increases, ensuring price fairness based on historical contract data. The government aims to address competition barriers for future acquisitions by following regulations as necessary. The memorandum concludes with the contracting officer’s approval to proceed with this sole-source justification contingent on available funding and authorization for acquisition.
    The Performance Work Statement (PWS) outlines a non-personal service contract for providing Performance Assurance (PA) services for four Haas metalworking machines at the Missouri Aviation Classification Repair Activity Depot in Springfield, MO. The contractor is responsible for all necessary personnel, tools, materials, and quality control to conduct major maintenance as recommended by Haas Automation. The contract spans one year with four optional extensions and specifies operational hours, performance standards, and compliance with relevant security and safety regulations. Contractors must ensure that all personnel are licensed, complete required training, and adhere to protocols regarding facility access, physical security, and contractor identification. The government will supply workspace and necessary materials, while the contractor must submit detailed reports on inspections and maintenance performed within set timeframes. The contractor's performance will be assessed based on established quality assurance standards. This document serves to define responsibilities and requirements relevant to federal contracting, ensuring high operational standards and compliance with regulations.
    Lifecycle
    Title
    Type
    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.
    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.
    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.
    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.
    Repair Service for Corpus Christi Army Depot’s Campbell Grinding Machine.
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at the Corpus Christi Army Depot, is seeking potential sources for the repair service of the Campbell Grinding Machine, which is critical for daily metalworking operations. The contractor will be responsible for all aspects of the repair, including personnel, equipment, and adherence to quality control standards, as outlined in the Performance Work Statement (PWS). This requirement is essential due to the proprietary nature of the machine's maintenance, which cannot be performed in-house, ensuring operational readiness and compliance with necessary regulations. Interested parties must submit their responses electronically to Terry B. Clark at terry.b.clark4.civ@army.mil by 12:00 p.m. Central Standard Time on September 24, 2024, with no funds available for response preparation.
    Annual Maintenance of Markforged Metal X Printer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is soliciting quotes for the annual maintenance, refurbishment, calibration, and certification of Markforged Metal X 3D Printer Systems. This procurement aims to ensure the operational readiness and reliability of critical equipment over a contract period consisting of one base year, four option years, and an additional six-month option, with services commencing on September 30, 2024. The selected contractor will be responsible for comprehensive service, including the replacement of worn parts and the provision of certification reports, while adhering to stringent safety, environmental, and operations security requirements outlined in associated documents. Interested vendors must submit their quotes by September 20, 2024, to both primary and secondary contacts, Luz Thibeau and Shanna Tamayori, via email, and ensure registration with the System for Award Management (SAM) prior to the award date.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    Various Quantities of the McMaster-Carr Brand Plasma Machine Repair Parts, as per attached Brand Name Justification -- Total Small Business Set Aside-- See All Attachments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) in Panama City, Florida, is seeking bids for various quantities of McMaster-Carr brand plasma machine repair parts as part of a total small business set-aside procurement. The objective is to acquire essential components necessary for the Operations Digital Swarm Project, which involves building critical hardware for electric launch motors. These parts are vital for maintaining operational efficiency and compatibility with existing systems, as McMaster-Carr is the only supplier that meets the precise specifications required. Interested vendors must submit their completed bid spreadsheets by September 24, 2024, to Jessica D. Clark at jessica.d.clark27.civ@us.navy.mil, ensuring all line items are filled and adhering to the outlined submission guidelines.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    Semi- Preventative Maintenance Service on the X-Ray Machine and Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at the Corpus Christi Army Depot, is seeking sources for semi-preventative maintenance services on an X-Ray machine and enclosure. The contract requires the contractor to perform two maintenance visits per year, ensuring the X-Ray system's optimal functionality, which is critical for safety evaluations in aviation and weapons systems. Interested parties must submit their responses, including organizational details, to the Contract Specialist, Terry B. Clark, via email by 12:00 p.m. Central Standard Time on September 24, 2024. This opportunity is part of market research to determine procurement methods and may lead to small business set-asides or full and open competition.