Bridgeport Milling Machine Overhaul
ID: N6852025R0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

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

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's Fleet Readiness Center, is seeking proposals for the overhaul of a Bridgeport Vertical Milling Machine. The primary objective is to refurbish the machine to meet original equipment manufacturer (OEM) specifications, which includes detailed requirements for the overhaul, necessary components, and logistics for pickup and delivery to San Diego, California. This procurement is categorized as a Firm-Fixed-Price contract, emphasizing the importance of quality refurbishment while adhering to federal contracting regulations. Interested small businesses must submit their quotes by 15:00 PM Eastern Standard Time on November 8, 2024, to Jenna Lang at jenna.l.lang2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) database to be eligible for award consideration.

    Files
    Title
    Posted
    This federal Request for Proposal (RFP) seeks offers for the refurbishment of a Bridgeport Vertical Milling Machine for the Department of Navy's Fleet Readiness Center Southwest (FRCSW). The main objective is to restore the machine to original equipment manufacturer (OEM) specifications, with specific requirements outlined, including machine overhaul details, necessary components and systems, and delivery logistics. The contractor must pick up and deliver the machine to the specified San Diego address and is required to provide electronic warranty copies post-delivery. The acquisition is set as a Firm-Fixed-Price (FFP) contract with no additional charges beyond the agreed price. Invoicing will occur through the Wide Area Workflow system, with all hardware accepted and processed for payment upon receipt by the designated technical point of contact (TPOC). Several contract clauses include clauses on small business participation, payment terms, and safeguarding information systems, reflecting the compliance requirements typical in federal acquisitions. This RFP underscores the government's intent to ensure quality refurbishment while adhering to stringent contracting regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J--Services to repair, Mitsui Seiki Horizontal Machining System.
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to issue a sole source order to Mitsui Seiki (USA) Inc. for services to repair a Mitsui Seiki Horizontal Machining System. This system is used by the Fleet Readiness Center-Southwest in San Diego, CA. Interested parties must submit their ability to satisfy this requirement via email by Friday, 29 April 2016 at 1:00 PM (PST). The North America Industry Classification System Code is 811310 and the applicable business size is $7.5 million. Mandatory terms and conditions of Federal Acquisition Regulation FAR and DFAR clause will apply to the anticipated award wherever applicable.
    Coordinate Measuring Machines for Depot Level Maintenance on T408 Engine
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to acquire two Moving Bridge Coordinate Measuring Machines (CMM) to support the CH-53K Program. These machines are essential for measuring General Electric T408 Jet Engine Compressor Rotors and Stators as part of the Depot Level Maintenance on the T408 Engine, addressing the limitations of existing Naval machinery in performing the required Grind & Balance Effort. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to express their interest within fifteen days of this presolicitation notice. For further inquiries, potential offerors can contact Ms. Tammy Fossa at tamara.d.fossa.civ@us.navy.mil.
    TRAK K3MRX Knee Mill by Southwest Industries, Inc
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The DEPT OF DEFENSE - DEPT OF THE NAVY, specifically the NAVSUP FLT LOG CTR NORFOLK, intends to award a Sole Source Firm Fixed Price Contract to Southwest Industries, Inc. for the TRAK K3MRX Knee Mill. This notice of intent is not a request for proposals or quotations. Any challenges to this sole source must be sent in writing to morgan.l.mcdaniel6.civ@us.navy.mil. The Government will consider challenges that provide information on an equivalent service that meets their needs. The decision to compete the requirement is at the discretion of the Government.
    34--HURCO VM10I VERTICAL MACHINING CENTER
    Active
    Dept Of Defense
    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.
    Horizontal finisher, tumbler
    Active
    None
    Presolicitation Department of Defense (DOD) is seeking a horizontal finisher, tumbler for maintenance operations at Puget Sound Naval Shipyard & IMF in Bremerton, WA. This procurement is set aside for small businesses. The contract will be a firm fixed price (FFP) type commercial purchase order. Interested vendors must download the RFQ from http://fedbizops.gov/ and email their offers to the buyer. Vendors must also ensure current registration in the SAM system. Any questions should be emailed to Susan.Peterson@dla.mil.
    34--DRILLING MACHINE,UP
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of four drilling machines under solicitation number NSN 3413016455766. The requirement is specifically for the model DP-1850G, with delivery expected to DLA Distribution within 151 days after order. These machines are critical for various metalworking applications, highlighting their importance in supporting military operations and maintenance. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    REPAIR CAMPBELL GRINDING MACHINE
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Office, is seeking qualified contractors to provide repair services for the Campbell Grinding Machine at the Corpus Christi Army Depot in Texas. The objective of this procurement is to restore the grinding machine, model ICP-OES Duo (Serial Number: IC74DU0037), to its original manufacturer's specifications, ensuring it meets operational standards for metalworking processes. This machine is critical for daily operations at the depot, emphasizing the importance of maintaining its functionality for military readiness. Interested contractors must submit their quotes by 1:00 PM on October 29, 2024, and can direct inquiries to Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489.
    70--CONTROLLER,DATA ENT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the CONTROLLER, DATA ENT, through a federal contract opportunity. The procurement aims to establish a firm-fixed-price contract for the repair of this equipment, with a required Repair Turnaround Time (RTAT) of 74 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is critical for ensuring the functionality of essential machinery used in various defense operations, and interested contractors must submit their quotes, including pricing and capacity constraints, by the extended deadline of November 18, 2024. For further inquiries, potential bidders can contact Heather Van Hoy at 717-605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.
    GEARSHAFT,HELICAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of helical gearshafts through NAVSUP Weapon Systems Support Mechanicsburg. The contract requires the manufacture and supply of these mechanical power transmission components, adhering to strict quality assurance and inspection standards, including MIL-STD packaging and Government Source Inspection. These gearshafts are critical for various defense applications, ensuring operational efficiency and reliability in military equipment. Interested vendors must submit their quotes electronically to Charles T. Miller at CHARLES.T.MILLER7.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days, and are encouraged to provide options for increased quantities within 365 days of contract award.
    16--FPMU STEPUP GEARBOX, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the FPMU Stepup Gearbox, specifically NSN 7R-1680-016936882-DQ, from Triumph Gear Systems. The procurement involves the repair of six units of this specialized component, which is critical for various aircraft operations, and is being solicited on a sole source basis due to Triumph Gear Systems being the Original Equipment Manufacturer (OEM) and the only known source for this repair. Interested parties have 45 days to submit their capability statements or proposals for consideration, with the anticipated award date set for February 2025. For inquiries, potential vendors can contact Elise M. Anzini at Elise.Anzini@navy.mil or by phone at (215) 697-3967.