CNC TOOLROOM MILL
ID: SPMYM225Q0843Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - PUGET SOUNDBREMERTON, WA, 98314-5000, USA

NAICS

All Other Industrial Machinery Manufacturing (333248)

PSC

MILLING MACHINES (3417)

Set Aside

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

    The Defense Logistics Agency (DLA) Maritime Puget Sound is seeking proposals for the procurement of a CNC Toolroom Mill, specifically the HAAS Model #TM-1P or an equivalent, under a total small business set-aside. The procurement aims to acquire a machine that meets specific operational requirements, including advanced control systems and compliance with safety regulations, to enhance the manufacturing capabilities at the Trident Refit Facility at Naval Base Kitsap, Bangor. This equipment is critical for maintaining operational efficiency and precision in manufacturing processes, ensuring seamless integration with existing systems. Interested vendors must submit their offers by February 7, 2025, at 10:00 AM, and can direct inquiries to Tricia Wintersteen at 360-813-9570 or via email at TRICIA.WINTERSTEEN@DLA.MIL.

    Point(s) of Contact
    TRICIA WINTERSTEEN
    (360) 813-9570
    (360) 476-4121
    TRICIA.WINTERSTEEN@DLA.MIL
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for procurement related to a Tool Room CNC Milling Machine (Project #302-320). It details the requirement for the contractor to provide Commercial Off-The-Shelf (COTS) manuals and supplemental data, specifically operation, maintenance, and repair manuals as per the specifications in DI-TMSS-80257C Notice 1. The manuals must include mechanical and electrical schematics relevant to the machine model and be available in English using imperial measurement units. Significant parts of the document emphasize the need for the executive order to prohibit materials with asbestos, require trouble-shooting information for personnel, and a recommended list of spare parts. Additionally, the distribution of the manual is restricted to the DoD and its contractors, effective from July 29, 2024. The final manual delivery is mandated with two hard copies upon equipment installation or training, ensuring adequate information is accessible for technical compliance and operational efficiency. The form incorporates instructions for government personnel and contractors regarding the preparation and submission of the data items necessary for effective contract performance.
    The document outlines the Contract Data Requirements List (CDRL) for the acquisition of a Tool Room CNC Milling Machine, specific to project #302-320. It details the requirements for a Technical Data Package (TDP) titled "NRTL Certification," emphasizing compliance with applicable safety regulations, specifically those of the Occupational Safety and Health Administration (OSHA) and the Nationally Recognized Testing Laboratory (NRTL). The contractors must provide two hard copies of the certification report that verifies the equipment meets safety standards. It specifies the distribution statement (D) indicating that the information is restricted to DoD and contractors only, effective from July 29, 2024. The document also provides guidelines for preparing the required forms and the frequency of submissions. Requirements for the distribution of documentation and submission deadlines are outlined, reinforcing the need for rigorous compliance with safety regulations. The detailed format requirements serve to ensure all necessary data is accurately collected and delivered, supporting the government's procurement process for equipment in adherence to statutory and regulatory standards. Overall, this document emphasizes the importance of quality, safety, and compliance in government contracting.
    The document outlines the Contract Data Requirements List (CDRL) for a Tool Room CNC Milling Machine, specifically detailing the Warranty Performance Report, including terms and conditions. It establishes the requirement for a manufacturer's standard warranty, which must cover defects in design, materials, and workmanship, with a minimum warranty period of one year. This warranty supersedes any conflicting clauses in the contract itself. Required submissions include documentation to be delivered with the equipment or during its installation, with specific distribution limits to Department of Defense (DoD) and contractors. Additionally, the document provides comprehensive instructions for contractors on completing the DD Form 1423, categorizing data items into four groups based on their significance to the contracted effort. It outlines the preparation and review process for data items and emphasizes necessary documentation for both parties to ensure compliance with government standards. The purpose of the CDRL is to facilitate the collection and reporting of essential data related to the contract, ensuring that the DoD receives warranted goods that are reliable and meet established specifications.
    The document outlines the specifications and requirements for a CNC Milling Machine, specified as a HAAS Tool Room CNC Mill Model #TM-1P or equivalent, slated for procurement by the government. Key features include X, Y, and Z axis travels of 30, 16, and 16 inches respectively, a spindle max rating of 7.5 hp, and a table capable of supporting up to 350 lbs of evenly distributed weight. It mandates a tool changer with a 20-station capacity and details specifications for maximum tool dimensions and weights. Additional technological features are highlighted, such as a control touch screen, Ethernet interface, built-in diagnostics, and various advanced machining capabilities. The machine will be delivered to a specified building with installation included and serviced under a one-year warranty or the manufacturer’s standard, whichever is longer. The document underscores the necessity of compliance with electrical supply specifications and safety certifications, emphasizing performance, durability, and operational efficiency. This procurement aims to enhance operational capacity through advanced CNC technology for manufacturing purposes within government objectives.
    The document outlines the specifications for a Tool Room CNC Mill, specifically a HAAS Toolroom Model #TM-1P or an equivalent model. Key features include an X-axis travel of 30 inches, Y-axis travel of 16 inches, Z-axis travel of 16 inches, and a spindle max rating of 7.5 hp with a speed of 6000 rpm. It specifies dimensions and tolerances for the machine's table, tool changers, and maximum load capabilities. The mill should have advanced control systems, including a touch screen interface, Ethernet connection, and a variety of programming features, ensuring high efficiency with a tool change duration averaged at 2.8 seconds. Additionally, operational specifications like coolant capacity, air requirements, and power input are specified, along with installation requirements including delivery and potential transformer needs. The successful contractor is expected to provide appropriate warranties and manuals, including training for operators. The primary aim is to equip the facility with a CNC mill that meets defined technical standards crucial for precision manufacturing and operational efficiency, reflecting the government's commitment to maintaining and upgrading its machinery within budget and compliance parameters.
    The document outlines a justification for a sole-source procurement of a HAAS TM-1P lathe by the government. The claim for sole sourcing is based on the fact that this machine must function as a direct replacement for an existing HAAS lathe, necessitating compatibility with existing tooling and fixtures, which are proprietary to HAAS equipment. The manufacturer is identified as HAAS, located in Oxnard, CA, specializing in the production of CNC machinery. The recommended dealer is Phillips Corp., situated in Hanover, MD. The document indicates that other options are unavailable since no substitutes can fulfill the requirements that ensure compatibility in form, fit, and function with the current system. An emphasis is placed on the proprietary nature of the tooling that limits competition, thereby justifying the exclusion of other suppliers. The overall intent is to ensure seamless integration and continuation of operations with the new machinery that aligns with the government's ongoing needs. This justification process reflects standard practices within government bids to maintain specific operational capabilities.
    The document outlines specifications for acquiring a Tool Room CNC Milling Machine (HAAS TM-1P or equivalent) for the government, emphasizing a "Turn-Key" setup, operational testing, and training by a primary contractor. It establishes safety requirements complying with federal regulations, including OSHA standards and hazardous material controls. The contractor must submit a hazardous material inventory log, ensure no usage of specified harmful chemicals, and manage hazardous waste. Key features required for the CNC machine include specified X, Y, and Z axis travel, spindle characteristics, and tool changing capabilities. The contractor is responsible for installation, ensuring the machine's operational environment, and providing all necessary utilities and logistics for setup. The document stipulates warranty requirements, quality assurance provisions, and the obligation for proper documentation and training for government personnel post-installation. The purpose of this RFP is to procure equipment that meets the government's operational needs while ensuring compliance with safety and environmental regulations. Hence, it plays a vital role in the federal procurement process, prioritizing efficiency and adherence to safety protocols.
    The document outlines the specifications for the procurement of a Tool Room CNC Milling Machine (Haas Model #TM-1P or equivalent) for the Trident Refit Facility at Naval Base Kitsap, Bangor, with a project timeline commencing on January 3, 2024. The primary contractor is expected to provide comprehensive "Turn-Key" setup services, operational testing, and training. Key requirements include adherence to safety regulations, including OSHA standards and the Nationally Recognized Testing Laboratory (NRTL) certification, along with strict guidelines regarding hazardous materials and environmental safety. The machine specifications detail operational capabilities such as travel dimensions, spindle performance, tool changer requirements, and auxiliary features necessary for compliance with government standards. The contractor is responsible for all installation and setup services, including utility connections and waste disposal procedures. Importantly, the document emphasizes a warranty period, quality assurance provisions, and the necessity for detailed training for operator and maintenance personnel post-installation. Overall, this proposal reflects the government’s commitment to modernizing its manufacturing capabilities while ensuring safety and regulatory compliance in accordance with federal and environmental guidelines.
    The document is a solicitation for a commercial item acquisition (Solicitation Number: SPMYM225Q0843) issued by the Defense Logistics Agency (DLA) Maritime Puget Sound. It outlines the requirement for a specific CNC Toolroom Mill (Haas CNC TM-1P) and related manuals, with a due date for offers set for January 29, 2025. The solicitation emphasizes the need for compliance with federal acquisition regulations and includes details such as the payment process, delivery addresses, inspection acceptance terms, and specific clauses concerning cybersecurity and contractor data protection. The solicitation is set aside for small businesses and highlights compliance with strict guidelines for safeguarding sensitive information and access controls for contractor personnel. It also references the Defense Biometric Identification System (DBIDS) for base access security. The document's structure includes sections on vendor and government point of contact information, delivery specifications, and clauses incorporated by reference, showcasing a comprehensive overview essential for potential offerors to prepare their proposals.
    The document constitutes an amendment to a solicitation for the procurement of a HAAS CNC Tool Room Mill. The amendment updates the salient characteristics and specifications of the equipment while also extending the solicitation deadline from January 29, 2025, to February 7, 2025, at 10:00 AM. This amendment retains all previously established terms and conditions except where explicitly changed. It requires acknowledgment of receipt from bidders, as failure to do so may result in the rejection of their offers. The updated specifications emphasize the inclusion of options and turnkey installation, reflecting revisions made as of February 3, 2025. The contracting office, DLA Maritime Puget Sound, is responsible for this amendment, which underscores the government’s efforts to ensure comprehensive clarity and facilitate responsive submissions in accordance with federal contracting standards.
    Lifecycle
    Title
    Type
    CNC TOOLROOM MILL
    Currently viewing
    Solicitation
    Similar Opportunities
    34--CNC LATHE
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a CNC LATHE. This item is typically used for metalworking machinery. The procurement will be set aside for small businesses. The place of performance is PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact John Iversen at 360-476-3338 or john.iversen@dla.mil.
    One (1) DN PUMA 5100 LYB Horizontal Turning Center including all tooling, training and removal of existing machine
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking to procure one DN PUMA 5100 LYB Horizontal Turning Center, which includes all necessary tooling, training, and the removal of an existing machine. This procurement is critical for enhancing machining capabilities and will require contract completion within 365 days post-award. The solicitation, identified as SPE4A8-25-Q-0034, is expected to be issued around February 15, 2025, with responses due by March 14, 2025. Interested vendors should contact Jasmine Johnson at Jasmine.1.Johnson@dla.mil or call 804-279-5094 for further details.
    34--HURCO VM10I VERTICAL MACHINING CENTER
    Buyer not available
    Combined Synopsis/Solicitation DEPT OF DEFENSE is seeking a HURCO VM10I VERTICAL MACHINING CENTER. This metalworking machinery is typically used for precision machining and fabrication processes. The procurement is being handled by DLA MARITIME - PUGET SOUND. Interested parties should review the attached solicitation and specifications and email any questions to shawn.fernandez@dla.mil. It is important to provide a completed signed solicitation package, including all certifications and submittals, to be considered responsive. Delivery lead time should also be indicated in the offer.
    One (1) Okuma LB 30000EX-II-MY multitasking CNC Lathe
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), intends to issue a sole-source firm-fixed-price solicitation for the procurement of one Okuma LB3000EX-II-MY multitasking CNC lathe. The lathe must meet specific technical specifications, including capabilities for face and periphery machining, compliance with safety and environmental regulations, and the provision of training for personnel, with a performance period of 210 days post-order receipt. This procurement is crucial for enhancing machining capabilities at Tinker Air Force Base in Oklahoma, ensuring operational efficiency and adherence to rigorous standards. Interested vendors should note that the request for quotes (RFQ SPE4A8-25-Q-0003) is anticipated to be issued around February 19, 2024, and must be registered in the System for Award Management (SAM) to submit proposals.
    Three (3) Makino F9 Vertical Machining Centers & Two (2) Makino a81nx Horizontal Machining Centers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking information from industry regarding the procurement of three (3) Makino F9 Vertical Machining Centers and two (2) Makino a81nx Horizontal Machining Centers, including necessary tooling, accessories, installation, training, and shipping. This Sources Sought Notice serves as a market research tool to assess the capabilities of potential vendors to fulfill this requirement, which is critical for enhancing machining operations at Tinker Air Force Base in Oklahoma. Interested parties are invited to submit their capabilities by August 28, 2024, no later than 4:00 PM EST, via email to Patrick Hansen at the provided address. It is important to note that this notice is for informational purposes only and does not constitute a solicitation or commitment by the government.
    34--THREAD ROLLING MACHINE
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY intends to issue a firm fixed price solicitation to procure thread rolling machines. The machines will be used for metalworking and will be delivered to Puget Sound Naval Shipyard in Bremerton, WA. The solicitation will be a small business set-aside and will be electronically posted on the NECO website. All responsible sources may submit a quotation. Interested offerors must download the RFQ from the NECO website and complete pricing, representations and certifications, provide manufacturer information, and ensure current registration in the System for Award Management (SAM).
    24-13-1000 Cylindrical Gap Bed Grinder
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of one Cylindrical Gap Bed Grinder under solicitation RFQ SPE4A8-24-Q-0039. The contractor will be responsible for providing the grinder in accordance with the Purchase Description VIBB 24-13-1000, with a delivery timeline of 273 days post-award. This equipment is crucial for machine tool manufacturing and will be utilized in various defense applications. Interested vendors should note that the estimated solicitation issue date is February 19, 2025, and can access the solicitation via the DLA Intranet Bid Board System (DIBBS). For further inquiries, contact Stephanie Sapp at stephanie.sapp@dla.mil or Trang Pham at trang.pham@dla.mil.
    4940- SHOP EQUIPMENT,INSTRUMENT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of shop equipment and instruments, specifically under the solicitation number SPE7M425R0003. The contract is set aside exclusively for small businesses and involves the acquisition of 22 kits of specialized equipment, with a delivery schedule of 172 days from the award date. This procurement is critical as it supports maintenance and repair operations, and the government intends to solicit only from approved sources due to the lack of complete technical data. Interested vendors should direct inquiries to Freddie Vazquez at FREDDIE.VAZQUEZ@DLA.MIL, with proposals due by February 24, 2025.
    34--SUB SPINDLE
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a SUB SPINDLE. This item is typically used for metalworking machinery. The procurement will take place at PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
    Four Horizontal Balancers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is conducting market research for the procurement of four Horizontal Balancing Machines to enhance operational capabilities at the Fleet Readiness Center Southwest in San Diego, California. The machines must be equipped with a comprehensive software package that includes features such as Electronic Zoning, Tooling Compensation, and Advanced Data Collection Software, while adhering to safety and performance standards. This procurement is critical for maintaining high operational standards in military component balancing, ensuring compliance with federal regulations. Interested parties are encouraged to submit their capabilities and comments on the draft purchase description by February 21, 2025, to Christopher Bara at christopher.bara@dla.mil.