HAIMER HSK 125 TOOLING
ID: F3QCCM5062A002Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Machine Tool Manufacturing (333517)

PSC

MISCELLANEOUS MACHINE TOOLS (3419)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Haimer USA, LLC for the procurement of thirty-two (32) HSK-A125 Tool Holders and associated accessories for the 402nd Commodities Maintenance Group at Robins Air Force Base in Georgia. The contractor is responsible for providing labor, materials, delivery, and a twelve-month warranty for a total of 358 commercial off-the-shelf items, which are critical for enhancing CNC machining capabilities within military operations. Delivery of the items is required within 49 calendar days post-contract award, and interested parties can reach out to Phillip Richardson at phillip.richardson.2@us.af.mil or Joshua Belzince at joshua.belzince@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 outlines requirements for a Contract Data Requirements List (CDRL) associated with a contract for CNC machining tool replacements (HSK-A125 Tool Holders). The primary purpose is to detail the specific data items and associated documents that the contractor must provide to the government for proper maintenance and operation of the tools. Key details include submission of commercial off-the-shelf (COTS) manuals and technical documentation, which must be in English and legible. The document specifies responsibilities for submissions, including the necessary approvals and distribution of data items. It outlines pricing groups for data item costs based on their role in the contracting process, emphasizing that costs should only reflect direct expenses incurred due to the contractual data requirements. The form serves as a structured approach to ensure precise technical and operational information is delivered to fulfill contract obligations. The government point of contact and further instructions for completion are also included, reflecting adherence to government standards and guidelines within procurement processes.
    The document is a DD FORM 1423-1, which is used to outline the Contract Data Requirements List (CDRL) for government contracts, specifically related to the replacement of CNC machine tooling (HSK-A125). The form provides structured fields to capture essential contract details such as the contractor's name, contract reference, data item description, submission timelines, and points of contact within the government for coordination. One critical requirement mentioned is that the contractor must provide a Maintenance Service Report within 48 hours after performing warranty maintenance or repairs, in a specified electronic format. The document also indicates a categorized pricing group system for data items, ranging from essential data required for the project to data that the contractor develops as part of normal operations. This framework ensures that all necessary data submissions meet government standards and timelines, facilitating accountability and transparency in contract execution. Overall, the form supports effective delivery and management of contract data, vital for compliance and operational success in government-funded projects.
    The document outlines a request for proposal (RFP) regarding the acquisition of thirty-two (32) new HSK-A125 Tool Holders, along with necessary accessories, for the 402nd Commodities Maintenance Group (CMXG) at Robins Air Force Base. The contractor is responsible for providing labor, materials, delivery, and a twelve-month warranty for these tools. The order includes a total of 358 commercial off-the-shelf items, along with specific quality assurance and safety standards the tools must meet, including ISO certifications. Delivery is required within 49 calendar days of contract award, with stipulations for documentation and manuals relating to the tools provided. The RFP details the Government's inspection policies, warranty provisions, and security requirements, alongside guidelines for proper labeling and marking of items. Overall, this procurement aims to enhance the CNC machining capabilities and ensure adherence to safety and operational standards in military applications.
    This document outlines a solicitation for a contract under the Women-Owned Small Business program for the acquisition of commercial products and services, specifically tooling supplies for computer numerical control (CNC) machines at Robins Air Force Base (AFB). The request is particularly focused on a sole-source procurement from Haimer USA, LLC, for toolholders that include various associated accessories and warranties. The contract requires the delivery of 358 items, consisting of 32 HSK Tool Holders, within 49 calendar days after the award. The specifications detail rigorous requirements for packaging, delivery, and inspection, indicating that acceptance will be based on contract terms. With a focus on compliance with federal procurement regulations, the solicitation emphasizes placing orders with small businesses and providing necessary documentation for invoicing and payment procedures. Overall, this solicitation exemplifies government efforts to support small businesses while fulfilling specific operational needs within the military framework, ensuring that produced goods meet strict quality and technical standards.
    The document outlines a Single Source Justification for the acquisition of HSK-A125 Tool Holders, specifically Power Shrink Chucks and associated accessories, through a Simplified Acquisition process. The justification emphasizes the uniqueness and necessity of procuring these particular tools, believed to be exclusively available from Haimer USA, LLC, the prior contractor associated with previous awards and service contracts for similar equipment. Delivery is mandated to Robins AFB within 49 calendar days post-contract award, reflecting urgency in meeting operational needs. The documented award history includes a past supply contract and ongoing service engagements that demonstrate a reliance on Haimer USA for these specialized tools. The outline of the contract period specifies operations from April 7, 2025, to May 25, 2025, indicating a fixed timeline for the delivery and installation phases at the designated military facility. Overall, the document illustrates an organized procurement strategy aiming to meet specific technical requirements effectively while adhering to federal acquisition guidelines.
    Lifecycle
    Title
    Type
    HAIMER HSK 125 TOOLING
    Currently viewing
    Special Notice
    Similar Opportunities
    Solicitation - Holder, Ammunition NSN: 1398-01-330-9529
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a Firm Fixed Price Contract to supply "Holder, Ammunition" (NSN: 1398-01-330-9529) for the M1 Abrams Family of Vehicles. This procurement is set aside for small businesses and includes a production quantity of three units, with an option for an additional three units, requiring delivery within 150 days after contract award. The solicitation emphasizes strict adherence to military packaging and marking standards, as well as compliance with quality assurance protocols and training requirements for handling Controlled Unclassified Information (CUI). Interested parties must submit their proposals via email to Haley Bruns by December 15, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    Notice of Intent to award a Sole Source Purchase Order for two (2) Microaire PAL-650 Handpieces at Travis AFB, CA.
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source purchase order for two Microaire PAL-650 Handpieces at Travis Air Force Base, California. The 60th Medical Group requires these handpieces to complement their existing Microaire Power Assisted Liposuction equipment, as Microaire is the only manufacturer capable of supplying compatible handpieces for this specific system. This procurement is critical for maintaining the operational capabilities of the medical group, ensuring they can continue to provide necessary surgical services. For further inquiries, interested parties may contact Paula Rodriguez at paula.rodriguez.1@us.af.mil or by phone at 707-424-7773, or Roberto Escobedo at roberto.escobedo.1@us.af.mil or 707-424-7720.
    FSG53 HARCD SPE4A2-26-R-0001
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the Hardware Acquisition Recompete - Customer Direct (HARCD) under solicitation number SPE4A2-26-R-0001. This procurement focuses on the acquisition of surplus government materials, specifically bolts, and outlines detailed terms and conditions including contractor responsibilities, payment procedures, and invoicing requirements. The goods are critical for aircraft manufacturing, ensuring compliance with technical specifications and quality standards. Interested parties must submit their proposals by March 3, 2026, at 1500 EST, and can find additional information and attachments on the DIBBS website. For inquiries, contact Christina Richardson at christina.richardson@dla.mil.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    HMIT Test Stand Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide maintenance and repair services for two Helmet Mounted Integrated Targeting System (HMIT) Test Stands for the 523rd Electronics Maintenance Squadron (EMXS) at Hill Air Force Base in Utah. The contractor will be responsible for delivering all necessary management, tools, parts, supplies, equipment, and labor to ensure the operational readiness of the HMIT Test Stands, which are critical for testing and maintaining advanced targeting systems. Key services include technical assistance, coordination on replacement parts, on-site repairs, and software support, with strict adherence to performance thresholds and compliance with Air Force Instructions and OSHA standards. Interested parties can contact Costadena Bournakis at costadena.bournakis@us.af.mil or 801-586-8593, or Merrick Flygare at merrick.flygare@us.af.mil or 801-775-2223 for further details.
    49 - TEST SET, GUIDED MISSILE
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a sole-source solicitation for a Guided Missile Test Set, specifically NSN: 7H 4935 013892821, with L3 Harris Maritime being the only approved supplier due to the government's lack of necessary data rights for additional sources. This procurement is critical for the maintenance, repair, and checkout of guided missile systems, underscoring the importance of specialized equipment in defense operations. Interested parties may express their interest and capability within 45 days of the notice, although the government retains the right to determine the necessity of a competitive procurement process. For further inquiries, interested vendors can contact Joshua Ginsburg at 717-550-3122 or via email at JOSHUA.GINSBURG@DLA.MIL.
    SPRRA1-25-R-0066/NSN: 1560-01-221-2619/NOUN: SUPPORT ASSEMBLY,BE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Aviation at Huntsville, AL, is soliciting offers for a five-year Indefinite Delivery Requirements Firm Fixed Price contract for the Support Assembly, BE (NSN: 1560-01-221-2619, P/N: 70400-08162-042) specifically for the UH-60 (BE) Blackhawk helicopter. This procurement is limited to Sikorsky Aircraft Corporation, Transaero, Inc., and Air Industries Machining, Corp., and includes critical requirements such as First Article Testing (FAT), Production Lot Testing (PLT), and compliance with specific aviation maintenance markings. The contract is classified as a Critical Safety Item (CSI), emphasizing the importance of the assembly in maintaining flight safety standards. Proposals must be submitted electronically by December 8, 2025, at 12:00 PM, and interested parties can contact Stacy Hood at Stacy.Hood@dla.mil or 256-986-0897 for further information.
    Spares Procurement
    Buyer not available
    The Department of Defense, through the United States Air Force, is conducting market research for the procurement of "LEVER, REMOTE CONTROL" with NSN 3040-01-267-7734NZ and Part Number 4067415. This Sources Sought Synopsis aims to identify potential sources capable of manufacturing, inspecting, testing, and shipping an estimated requirement of 1,500 units, while also considering supply chain management and nonrecurring engineering costs. The procurement is crucial for maintaining operational readiness and support for Air Force equipment, and interested parties must submit a Source Approval Request (SAR) package along with business information by November 29, 2025. For further inquiries, potential vendors can contact Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil.
    N0038326PR0R173 - Pre-Solicitation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole-source Request for Quotation (RFQ) for the repair of six BLADE ASSEMBLY units from Hamilton Sundstrand Corporation. This procurement, justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, is critical for Foreign Military Sales (FMS) and emphasizes that only one responsible source can fulfill the agency's requirements. While other manufacturers may submit capability statements, only approved sources will be considered, and the procurement process will not accommodate delays for Source Approval Requests. Interested parties should direct their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil, with the solicitation expected to be released around December 17, 2025, and proposals due by January 16, 2026.