Horizontal Machining Center with Single Table
ID: M6700425Q0051Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERALBANY, GA, 31704-0313, USA

NAICS

Machine Tool Manufacturing (333517)

PSC

MILLING MACHINES (3417)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, is soliciting offers for a Horizontal Machining Center with a Single Table, aimed at enhancing manufacturing capabilities at the Marine Corps Depot Maintenance Barstow in California. The procurement requires a machine that meets detailed specifications, including a multi-position spindle, an 80-tool capacity changer, and advanced CNC control features, essential for precision machining tasks. This opportunity is set aside for small businesses under NAICS code 333517, with a closing date for offers extended to August 29, 2025, at 4:00 PM EST. Interested vendors should submit their quotes via email to Anthony Brunson at anthony.brunson@usmc.mil, ensuring compliance with all specified requirements and FAR clauses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the salient characteristics for a Horizontal Machining Center with a Single Table, likely for a federal government Request for Proposal (RFP). Key specifications include a multi-position spindle with 3000 RPM, AI spindle compensation, and a chiller unit. The tool changer features an 80-tool capacity, CAT 50 style holders, and auto-recovery. Workholding involves an NC rotary table with 3.6 million positions, a single table, and a pallet changer with three pallets. The CNC control system boasts a 19-inch touchscreen, G-code programming, USB/SD memory, laser measurement for tool length/diameter, and part probing. It also includes 32MB program storage and extensive onsite training. Chip and coolant management systems incorporate air-through-spindle, a full conveyor, mist collector, and coolant filtration. Machine cooling extends to the quill, ball screws, hydraulic unit, and electrical control box, with 200+ PSI spindle coolant. The machine offers significant travel (Y-axis 80”, X-axis 110”, Z-axis 72.5”) and capacity for large workpieces. Accuracy specifications are detailed for positioning and repeatability across all axes. Miscellaneous requirements include comprehensive manuals (hard copy and CD), a leveling/mounting kit, a transformer, installation, and a variety of tool holders. Post-installation, the machine must communicate with Mastercam 2025 or later.
    The document outlines the specifications for a Horizontal Machining Center intended for procurement through government RFPs. Key features include a multi-position spindle capable of 3000 RPM with advanced AI spindle compensation to minimize chatter. The CNC machine will have an 80-tool capacity tool changer using CAT 50 style holders and an extensive workholding system with a rotary table offering 3.6 million positions. Essential CNC control features comprise a 19” touch screen, G-code programming, and extensive tool measurement capabilities. The machine will also incorporate effective chip and coolant management systems, including a full conveyor for chip recovery and mist collection. Other important characteristics highlight machine cooling mechanisms, including internal quill cooling and systems to manage the hydraulic unit's temperature. The machine's travel capacity supports sizable workpieces, with precise positioning and repeatability standards. The proposal mandates the inclusion of a wide array of tool holders and a communication post for Mastercam compatibility post-installation. Overall, this document signifies the government's requirement to enhance machining capabilities across its operations through advanced technology and training.
    This document outlines the salient characteristics for a Horizontal Machining Center with a single table, detailing specifications for its spindle, tool changer, workholding, CNC control, chip and coolant management, machine cooling, travel and capacity, work envelope, and accuracy. Key features include a multi-position spindle with a 3000 RPM speed and chiller unit, an 80-tool capacity changer with CAT 50 style holders, an NC rotary table with 3.6 million positions, and a 19-inch touch screen CNC control with G-code programming and various measurement and recovery functions. The machine also requires comprehensive chip/coolant management, advanced cooling for critical components, and specific travel dimensions and accuracy tolerances. The RFP also specifies requirements for manuals, installation, foundation design by a licensed engineer, and inclusion of various tool holders and a post-processor for Mastercam 2025 or later.
    This government solicitation amendment, M6700425Q0051, primarily extends the closing date for offers to August 29, 2025, at 4:00 PM EST and amends Attachment 1, which details the salient characteristics of the Horizontal Machining Center with Single Table. The document also updates and incorporates numerous Federal Acquisition Regulation (FAR) clauses and deviations, including those related to restrictions on subcontractor sales, reporting executive compensation, prohibitions on certain telecommunications equipment (ByteDance and Kaspersky Lab), small business utilization, and various labor and employment standards (e.g., Equal Opportunity for Veterans, Combating Trafficking in Persons). Additionally, it outlines requirements for Comptroller General examination of records for certain contracts and specifies FAR clauses that must be flowed down to subcontracts for commercial products and services. A key deletion noted is FAR clause 52.204-27 concerning ByteDance Covered Applications, although a similar clause (52.204-27) is also listed as being incorporated.
    This government Request for Quotation (RFQ) M6700425Q0051, issued on May 9, 2025, seeks a Horizontal Machining Center with a Single Table (CLIN 0001). The offer due date is August 29, 2025, at 4:00 PM. This is a small business set-aside procurement with a NAICS code of 333517. Quotes must be submitted via email to anthony.brunson@usmc.mil, include all line items, and be valid for 90 days. The Government reserves the right to award based on initial quotes. Evaluation criteria include technical capability (Brand Name or Equal), price reasonableness (including shipping), and past performance. All deliveries must be complete; partial deliveries will not be accepted. The solicitation incorporates various FAR and DFARS clauses by reference, covering topics such as definitions, gratuities, System for Award Management, commercial items terms and conditions, and specific defense-related provisions. Key clauses address representations and certifications for offerors, including those related to small business status, country of origin for products, and prohibitions concerning certain telecommunications equipment or services.
    The document addresses vendor questions and government responses regarding an RFP for a Horizontal Machining Center with a Single Table. Key clarifications include the sufficiency of 110" X travel, a required delivery timeframe of 120 days, and the necessity for a dual-pallet machine with two additional pallets, despite initial specifications. Rigging and installation costs, as well as reference drawings, must be included in proposals. The existing foundation is 12 inches thick, and the maximum table load capacity is 15,000 lbs, including jigs and fixtures. A 2 APC system is acceptable, and a full enclosure is required. A mandatory site visit is scheduled for July 23, 2025, at Marine Corps Depot Maintenance Barstow, with RSVPs due by July 11, 2025.
    The document outlines vendor inquiries and responses regarding the procurement of a Horizontal Machining Center with specific functionality requirements. Key clarifications indicate the necessity for a dual pallet machine contrary to initial interpretations suggesting a single pallet setup. The government confirmed that the machine must support a maximum table load of 15,000 lbs, include jigs and fixtures, and require a full enclosure. Additionally, it is specified that rigging and installation costs must be included in vendor proposals. A site visit to verify installation conditions will be conducted on July 23, 2025, with an RSVP deadline, illustrating the governmental approach to ensuring readiness for the machine’s installation. Overall, the purpose is to address vendor queries to streamline the procurement process while ensuring that the equipment meets operational needs and installation compatibility.
    This government Request for Quotation (RFQ) M6700425Q0051, issued by the Contracts Department Code MSCD, seeks a Horizontal Machining Center with a single table. The offer due date is May 23, 2025, at 5:00 PM. This is a small business set-aside acquisition under NAICS 333517 with a 500-employee size standard. Quotes must be submitted via email to anthony.brunson@usmc.mil, include all line items, and identify any prepaid shipping costs. The Government reserves the right to award based on initial quotes. Evaluation criteria include technical capability, price reasonableness (including shipping), and past performance. The solicitation incorporates various FAR and DFARS clauses by reference, addressing topics such as representations, certifications, and terms and conditions for commercial items. Delivery of the machining center is required within 60 days After Date of Contract (ADC) to Yermo, CA.
    This federal solicitation (M6700425Q0051) seeks offers for a Horizontal Machining Center, with proposals due by 5:00 PM on May 23, 2025. The procurement is designated for small businesses, particularly targeting service-disabled veteran-owned and women-owned ventures. The total award amount remains unspecified in the document. Interested contractors must submit their quotes via email, ensuring all line items are included to avoid non-responsiveness and must specify shipping costs as part of their price evaluation. The selection criteria include technical capability, price reasonableness, and past performance. The solicitation emphasizes compliance with various clauses and regulations, including prohibitions on certain telecommunications and the necessity for certifications regarding responsible business practices and tax liabilities. Delivery of the requested item is expected within 60 days of award, and the submission must adhere to specified inspection and acceptance procedures. This document serves as a comprehensive guideline for potential bidders and outlines the conditions under which the U.S. Government intends to procure the specified machinery efficiently and transparently.
    This document is Amendment 0001 to Solicitation M6700425Q0051, issued by the CONTRACTS DEPARTMENT CODE MSCD, effective June 27, 2025. The amendment primarily extends the response date for offers from May 23, 2025, at 5:00 PM to August 8, 2025, at 1:00 PM EST. Additionally, a site visit for prospective offerors is scheduled for Wednesday, July 23, 2025, at 9:00 AM Pacific Time, at the Marine Depot Maintenance Command Barstow, CA 92311. Interested parties must RSVP for the site visit by Tuesday, July 11, 2025, at 5:00 PM to Anthony Brunson (anthony.brunson@usmc.mil). The amendment also includes Attachment #1, which provides responses to offerors' questions regarding the RFP. This modification aims to provide offerors with additional time to respond and to address their inquiries through a site visit and a Q&A document.
    The document is an amendment and modification notice regarding a solicitation/contract identified as M6700425Q0051, related to the U.S. government's procurement process. The key points include an extension of the response deadline from May 23, 2025, to August 8, 2025, at 1:00 PM EST, allowing contractors additional time to submit their offers. A mandatory site visit for prospective offerors is scheduled for July 23, 2025, at the Marine Depot Maintenance Command in Barstow, CA, requiring participants to RSVP by July 11, 2025. Additionally, an attachment responding to questions posed by offerors has been included in the amendment. The document underscores the importance of proper acknowledgement of the amendment by contractors to ensure their offers are considered, highlighting administrative updates within the contracting protocol. This amendment serves to clarify timelines and address contractor inquiries, ensuring a smooth procurement process aligned with federal contracting regulations.
    Similar Opportunities
    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.
    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.
    10--DECKEL,GRIFFBAUGRU
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of DECKEL, GRIFFBAUGRU, with National Stock Number (NSN) 1005123802000. The requirement includes a quantity of 244 units, with delivery expected within 120 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. This procurement is crucial for maintaining the operational readiness of military equipment, as the items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    HD RNG REMOVAL TOOL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the HD RNG Removal Tool, categorized under the NAICS code 332216 for Saw Blade and Handtool Manufacturing. This procurement involves the supply of hand tools that are non-edged and non-powered, which are critical for various military applications. The contract will include specific requirements for inspection, acceptance, and quality assurance, with a focus on compliance with military specifications and standards. Interested vendors should direct inquiries to Melissa Furness at 771-229-0075 or via email at MELISSA.FURNESS@NAVY.MIL, and are advised that pricing must remain valid for 60 days post-quotation submission.
    END CAP TOOL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of an End Cap Tool, classified under NAICS code 332216 for Saw Blade and Handtool Manufacturing. The procurement requires that the tool meets specific design, material, and dimensional requirements as outlined in the solicitation, with a focus on compliance with various technical and quality standards. This tool is essential for military applications, ensuring operational readiness and maintenance of naval equipment. Interested vendors should submit their quotes, which must remain valid for 90 days post-quotation closing, and can reach out to Zackary Loudon at 564-230-3811 or via email at ZACKARY.G.LOUDON.CIV@US.NAVY.MIL for further inquiries.
    30--HOUSING,MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of mechanical housing components, specifically NSN 3010014607343. The requirement includes a quantity of five units to be delivered to DLA Distribution Depot Hill within 101 days after order placement. These mechanical components are critical for various applications in power transmission equipment, underscoring their importance in maintaining operational readiness. Interested vendors are encouraged to submit their quotes electronically, with all inquiries directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    30--SHAFT,WORM WHEEL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the SHAFT, WORM WHEEL (NSN 3040011181141). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under the SBA guidelines. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of reliable mechanical power transmission equipment in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's DIBBS website.
    Machining Services for ALRE
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to provide machining services for Aircraft Launch and Recovery Equipment (ALRE) under a Blanket Purchase Agreement (BPA). This procurement aims to establish multiple BPAs to facilitate the expeditious acquisition of commercial items necessary for supporting naval operations, with a focus on small business participation as mandated by FAR Part 19.501. The selected vendors will be required to submit a capabilities statement, including their Cage Code and Unique Entity Identifier (UEID), and must comply with various federal regulations, including the provision of a valid DD Form 2345 for export-controlled drawings. Interested parties should submit their responses by March 11, 2026, at 1:00 PM (EST) to Karin Quagliato via email at karin.a.quagliato.civ@us.navy.mil, referencing the solicitation number N6833525Q0321.
    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.
    SPERONI MAGIS 600 N6449826Q5019
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking contractors to provide two units of the SPERONI MAGIS 600 tooling measurement systems. These systems are essential for measuring cutting tools prior to use, ensuring that high-speed machines maintain the correct distance during machining processes. The procurement is structured as a one-year Firm-Fixed-Price (FFP) contract, with the successful contractor responsible for the shipment of all necessary parts. Interested parties can reach out to Shain Quigley at shain.t.quigley.civ@us.navy.mil or by phone at 445-227-2263 for further details.