FA8604 - 5- Axis CNC Gantry Mill
ID: FA860425RB027Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8604 AFLCMC PZIWRIGHT PATTERSON AFB, OH, 45433-7228, USA

NAICS

Machine Tool Manufacturing (333517)

PSC

MISCELLANEOUS MACHINE TOOLS (3419)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of a 5-Axis CNC Gantry Mill, with a focus on the Onsrud X-Series or an equivalent product that meets specified characteristics. This procurement is a total small business set-aside, aimed at acquiring a machine that will enhance precision machining capabilities at Wright-Patterson Air Force Base, Ohio, and is critical for supporting advanced manufacturing processes. Proposals must be submitted by September 2, 2025, with questions due by August 7, 2025, and all interested parties are encouraged to contact Samantha Ekberg or Andrew Petersen via email for further information. The contract will be awarded based on the lowest price technically acceptable proposal, with a firm-fixed price arrangement.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Purchase Description (PD) for a new, 5-axis, automated, single-spindle, Computer Numerical Control (CNC) gantry mill for Wright Patterson Air Force Base (WPAFB). This precision machining center is designed for subtractive manufacturing processes, capable of complex contouring and multi-surface machining. Key requirements include a FANUC-equivalent controller, a minimum 366”x21”x14” work envelope, a 24,000 RPM spindle, and a 12-tool automatic changer with an additional saw blade slot. The machine must be manufactured, wired, painted, assembled, and tested in the USA, adhering to strict safety, environmental, and standardization protocols. The PD also specifies requirements for tooling, CAM software with perpetual licensing and 5 years of support, a 24-month warranty, and comprehensive on-site training for operation and maintenance. All associated costs are to be covered, with no additional charges post-contract award.
    The document outlines a Request for Proposal (RFP) soliciting the procurement of a new 5-axis, single-spindle, automated Computer Numerical Control (CNC) machining center intended for precise machining of workpieces at Wright Patterson Air Force Base. The machining center must operate unattended, integrate standard features, and comply with safety, environmental, and maintenance standards. Key specifications include noise level restrictions below 85 dB, compatibility with OSHA regulations, and construction from defect-free parts manufactured in the USA. Furthermore, it emphasizes the importance of sustainability by restricting hazardous materials and ozone-depleting substances. The CNC system is required to perform complex machining operations programmed using G-code, with capabilities covering up to five axes for intricate contours. The proposal also outlines expectations for training, warranty provisions, and the provision of supporting CAM software, maintenance, and parts availability. Overall, the document reflects the government's commitment to maintaining operational excellence through enhanced manufacturing capabilities while ensuring environmental sustainability and worker safety.
    The document outlines the specifications for procuring a new, fully functional C. R. Onsrud 5-Axis X Series CNC Gantry Mill (Model F401X24) for Wright-Patterson Air Force Base. Key features include a 401” x 21” x 28” work envelope, a FANUC 30i controller, an 18 kW (24 hp) spindle with 5-axis rotation, and automatic lubrication systems. The machine must have a 12-tool automatic changer, chip conveyor, and an RF touch probe. Software requirements include a 5-axis CAM system capable of handling STEP and DXF files, with features for machine code automation, multi-part, and multi-step machining. The purchase includes a 24-month warranty, 5 years of software support, and comprehensive training on machine operation and software usage at both the manufacturing and installation facilities. The contractor is responsible for all shipping, installation, and providing necessary documentation and tooling packages. Acceptance will be based on inspection at the manufacturing facility, which must be within 500 miles of WPAFB.
    The document outlines the specifications for a C. R. Onsrud X-Series 5-Axis CNC Gantry Mill intended for purchase by the government. It details the scope of the equipment, including key features such as its full functionality, work envelope dimensions of 401” x 21” x 28”, and advanced capabilities like a FANUC 30i machine controller, a high-speed spindle, automated lubrication systems, and a chip removal system. The vendor must provide a complete tooling maintenance package, software for CAM operations, on-site training for machine and software use, and warranty support for both the machine and software. Additionally, the document specifies requirements for machine installation, commissioning by trained representatives, and meticulous documentation, including manuals for maintenance and operation. The purpose of this RFP is to procure a state-of-the-art CNC machine capable of precise and efficient fabrication, aligning with government needs for enhanced manufacturing capabilities. Compliance with specified standards and training requirements is prioritized to ensure operational readiness and longevity of the machinery. The structured document serves as a guide for potential contractors to understand and respond to the government's procurement requirements effectively.
    The document outlines the "Sole Source Justification for Simplified Procedures for Certain Commercial Items," detailing the rationale for sole source procurement in federal government contracts. Sole source procurement is employed when only one vendor is capable of providing the required goods or services, often due to specific brand requirements or unique capabilities. The justification process must articulate the necessity for such procurement, ensuring compliance with regulations while optimizing efficiency in government contracting. The structure of the document includes sections that delineate the guidelines for creating sole source justifications, prerequisites for brand name requests, and illustrative examples of acceptable justifications. The focus on simplified procedures aims to streamline the procurement process, especially in situations where time-sensitive needs or specialized items arise. Adopting these procedures reflects a deliberate effort to balance regulatory requirements with practical procurement considerations in response to specific government needs. This approach aims to maintain transparency and accountability while facilitating expedited sourcing of essential goods and services.
    This government file, FA860425RB02, addresses vendor questions regarding a Request for Proposal (RFP) for a CNC Gantry Machine, focusing primarily on contractual terms. Key areas of discussion include delivery dates, with the government seeking realistic timelines and reserving the right to evaluate extension requests for unforeseen circumstances beyond the contractor's control. Penalties for missed delivery may be considered. The document clarifies that the contract will be firm-fixed-price, requiring all freight and other costs to be included in the initial proposal. It also confirms that the government will consider proposals that include commercial progress payments in accordance with the FAR and will make timely payments as per contractual terms. The proposal must be signed by the submitting entity, and the contract will be formalized after evaluation by AFLCMC/PZIEB.
    This government solicitation, FA860425RB027, outlines the requirements for a Women-Owned Small Business (WOSB) to provide a C.R. Onsrud 5-Axis X Series CNC Router to Wright-Patterson AFB, OH. The acquisition is set aside for WOSBs and specifies a firm-fixed-price contract for one CNC machine. Key details include a period of performance from April 2025 to February 2026, delivery within 150 calendar days of award, and specific packaging and marking instructions. The document details inspection, acceptance, and payment procedures through the Wide Area WorkFlow (WAWF) system, emphasizing electronic submission. It also incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering areas such as small business utilization, anti-trafficking, environmental standards, and unique item identification. Supplemental clauses address an ombudsman, ozone-depleting substances, health and safety on government installations, and contractor access to Air Force installations. The solicitation highlights compliance with various legal and executive order provisions for commercial products and services.
    This government solicitation, FA860425RB0270001, is a Women-Owned Small Business (WOSB) set-aside Request for Proposal (RFP) for a C.R. Onsrud 5-Axis X Series CNC Router. The acquisition, issued by AFLCMC PZI, seeks the manufacture and delivery of the CNC machine to Wright-Patterson AFB, OH. The document details requirements including product specifications, a firm-fixed-price arrangement, and a period of performance from April 2025 to February 2026. Key administrative data covers payment instructions via Wide Area WorkFlow (WAWF), item unique identification and valuation, and various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. These clauses address topics such as small business utilization, anti-trafficking, environmental standards, and contractor conduct, ensuring compliance and ethical practices throughout the contract.
    This document is an amendment to Solicitation Number FA860425RB027, issued by the United States Air Force. The amendment primarily extends the proposal due date from August 25, 2025, to September 2, 2025. Additionally, it modifies the delivery due date for CLIN 0001 from 150 to 200 calendar days from the date of award. All other terms and conditions of the original solicitation remain unchanged. The amendment also specifies procedures for offerors to acknowledge receipt, including completing items on the form, acknowledging on the offer copy, or sending a separate communication. Failure to acknowledge receipt by the deadline may result in the rejection of an offer. The document is a standard form used for amendments of solicitations and modifications of contracts within the federal government procurement process.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract for the acquisition of a C.R. Onsrud 5-Axis X Series CNC Router for Wright-Patterson Air Force Base (WPAFB), Ohio. It includes several administrative details, including solicitation and award numbers, as well as timelines for submission and delivery. The delivery period is set from April 9, 2025, to February 20, 2026. Key requirements stipulate that the contractor must manufacture and deliver the specified CNC machine per detailed performance specifications, which encompass general requirements, software, training, and maintenance manuals. Additional clauses emphasize that the contractor must adhere to various federal regulations including those related to DoD item unique identification, environmental standards, and worker safety on government installations. Furthermore, the document mandates reporting and invoicing procedures through the Wide Area Workflow (WAWF) system and outlines specific clauses regarding the use of ozone-depleting substances, safety protocols, and access requirements for contractor personnel on military installations. Overall, this solicitation encourages participation from WOSBs while reinforcing compliance with federal procurement guidelines and environmental policies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Request for Information (RFI): Optimized Machining Parameters for AerMet 100
    Buyer not available
    The Department of the Air Force is issuing a Request for Information (RFI) to gather insights on optimized machining parameters for AerMet 100, a high-strength alloy critical for aerospace applications. The objective of this RFI is to identify current industry capabilities and solutions that can enhance manufacturing efficiency, reduce waste, and ensure consistent high-quality output, particularly for landing gear components. The USAF is seeking information on company capabilities, recommended machining parameters, tooling solutions, and cost estimates, with responses due by December 22, 2025, and questions accepted until December 8, 2025. Interested parties can contact Randolph Hildebrandt Jr. at randolph.hildebrandt.2@us.af.mil or Andrew Gross at andrew.gross.4@us.af.mil for further details.
    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.
    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.
    Coordinate Measuring Machines
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement of two Advanced Industrial Measurement Systems (AIMS) Metrology Coordinate Measuring Machines located at the Anniston Army Depot. This procurement falls under the category of Electronic and Precision Equipment Repair and Maintenance, highlighting the importance of precision measurement in military operations and equipment maintenance. The opportunity is set aside for small businesses, and interested parties can reach out to Johnny Stewart at johnny.stewart2.civ@army.mil or call 571-588-0971 for further details. The solicitation is part of a total small business set-aside under FAR 19.5, emphasizing the commitment to supporting small business participation in federal contracting.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    Wind Tunnel Balance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a Wind Tunnel Balance under solicitation number FA860126Q0004, which is a 100% small business set-aside opportunity. The procurement requires a six-component wind tunnel balance that meets specific technical specifications, including precise force and moment measurements, and must be delivered within six months of contract award. This equipment is crucial for the Air Force Institute of Technology's supersonic wind tunnel operations, ensuring accurate data collection and analysis. Quotes are due by December 8, 2025, at 3:00 PM EST, and interested vendors must register in the System for Award Management (SAM) and adhere to specific submission guidelines. For further inquiries, contact Linh Jameson at linh.jameson@us.af.mil or Jessica Stamper at jessica.stamper.2@us.af.mil.
    AIRCRAFT EAGLE F-15, SCREW, ACTUATING, ACTUATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Aircraft Eagle F-15 Actuating Screw Actuator, identified by NSN 1560-00-298-8901. This opportunity involves an Indefinite Quantity Contract with a duration of five years, requiring an estimated annual quantity of 10 units, with a total delivery schedule of 365 days for production. The actuator is a critical component for the F-15 aircraft, and the procurement is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should submit their proposals to the provided fax number and can access the solicitation on the DLA Internet Bid Board System, with the issue date expected around November 22, 2026. For further inquiries, contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    Machine Bearings Per Spreadsheet
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of machine bearings, with a contract completion timeline of 120 days after receipt of order (ARO). The solicitation will include a complete technical data package and is set to be 100% small business set aside, emphasizing the importance of supporting small enterprises in the defense supply chain. Interested vendors should note that the Request for Proposal (RFP) SPE4A8-26-Q-0015 is anticipated to be issued on December 17, 2025, with a closing date of January 20, 2025, and should direct any inquiries to Ashley Crockett at ashley.crockett@dla.mil.
    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.
    BLOCK SAW
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a CAPE Woodworking Machinery Carousel Block Saw Model TC10, which is essential for cutting blocks for pallets. This fully mechanical, automatic carousel-type block-cutter machine must meet specific operational requirements, including a production capacity of approximately 3,500 blocks per hour and the ability to automatically separate sawn blocks from trim and waste cuts. The procurement is set aside for small businesses under the SBA guidelines, and interested vendors should contact David Fortune at david.c.fortune.civ@army.mil or by phone at 918-420-6445 for further details. The place of performance is the McAlester Army Ammunition Plant in McAlester, OK.