Opportunity

SAM #W911N226QDR03

U.S. Army Solicitation for CNC 5 Axis Gantry Mill and Turnkey Installation at Letterkenny Army Depot

Buyer

Letterkenny Army Depot

Posted

April 10, 2026

Respond By

May 08, 2026

Identifier

W911N226QDR03

NAICS

333517

The U.S. Army Letterkenny Army Depot (LEAD) is seeking quotations for the procurement and turnkey installation of one Computer Numerically Controlled (CNC) 5 Axis Gantry Mill at its Chambersburg, PA facility. - Government Buyer: - U.S. Army, Letterkenny Army Depot (LEAD), Contracting Office - Contract Specialist: Danielle Rhone; Contracting Officer: Thomas Hall - Products and Services Requested: - One CNC 5 Axis Gantry Mill - Key features: 80-tool magazine with load/unload arm, chip-conveyor with coolant management, simultaneous 5-axis operations, FANUC-type control system, 19-inch color LCD touchscreen, Ethernet connectivity, ISO Standard G-Code compatibility, collision avoidance, 60,000 lb table capacity, spindle speed up to 12,500 rpm, spindle power 80hp, spindle torque 750 ft-lbs, automatic lubrication, 460V 3-phase power, machining envelope at least 169"x123"x50", max footprint 73'x27', post processor for MASTERCAM26 or newer - Includes operator, maintenance, and parts manuals in English - One-year commercial warranty (parts, labor, shipping, personnel time and travel) - Turnkey installation and site preparation - Foundation design and installation, utility connections, disposal of materials, dust control, protection of existing structures, wiring, pipe installation, provision of fluids and chemical additives - Compliance with safety, environmental, security, and fire protection regulations - Training for 8 depot personnel (4 operators, 4 maintenance) - Final acceptance after 100 hours or 14 days of continuous operation without failure - Preparation and delivery of Contract Data Requirements Lists (CDRLs) A001-A008 - Unique or Notable Requirements: - Preference for offers exceeding minimum requirements (e.g., HSK 100 spindle/tooling, Renishaw RMP60/RTS probe, dual chip-conveyors, larger LCD, replaceable head design, expanded machining envelope) - Small business set-aside under NAICS 333517 - Machine must be compatible with MASTERCAM26 and include a post processor - Training must be provided in English - Place of Performance and Delivery: - Letterkenny Army Depot, 1 Overcash Avenue Bldg 9950, Chambersburg, PA 17201-4150, United States

Description

Combined Synopsis/Solicitation W911N2-26-Q-DR03 General Information This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number W911N2-26-Q-DR03 is issued as a Request for Quotation (RFQ) for quantity one (1) each Computer Numerically Controlled (CNC) 5 Axis Gantry Mill in accordance with the attached purchase description. This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The Product Service Code (PSC) assigned to this acquisition is 3417 – Milling Machine. The North American Industry Classification System (NAICS) code for this acquisition is 333517 - Machine Tool Manufacturing. This procurement will utilize the solicitation procedures at FAR 12.201-1(c)(1). This announcement combines the presolicitation notice and the RFQ according to 12.202(b). The anticipated award date of this requirement is 25 May 2026. CLIN Description Quantity Unit of Measure Price 0001 CNC 5 Axis Gantry mill IAW Purchase Description 1 Lot 0002 CDRLs: The Contractor shall prepare and deliver the data identified in DD 1423, Contract Data Requirements Lists (CDRLs) A001 - A008. 1 Lot Not Separately Priced (NSP) The attached Purchase Description (PD) establishes the minimum requirements for the purchase of one (1) CNC 5 Axis Gantry Mill to be delivered and installed at Letterkenny Army Depot (LEAD). The contractor shall provide all professional architectural, engineering, and construction services for the preparation of all necessary drawings, specifications, calculations, cost estimates, and related design, fabrication, construction, installation, and testing services for the completion of this project. The gantry mill shall be installed turnkey in accordance with Original Equipment Manufacturer specifications and standards. See attached Synopsis/Solicitation Notes for specifics regarding site visit date and time. Delivery & Acceptance Location: W0L6 USA DEP LETTERKENY LETTERKENNY ARMY DEPOT, 1 OVERCASH AVENUE BLDG 9950 CHAMBERSBURG, PA 17201-4150 UNITED STATES DoDAAC: W25G1Q Lead Time: Please provide Lead Time F.O.B. Point: Destination Solicitation Provisions: 52.203-11       Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7           System for Award Management—Registration 52.212-1           Instructions to Offerors—Commercial Products and Commercial Services 52.229-11        Tax on Certain Foreign Procurements—Notice and Representation 52.240-90        Security Prohibitions and Exclusions Representations and Certifications 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7024 Notice on the Use of the Supplier Performance Risk System (DEVIATION 2026-O0043) 252.215-7992 Only One Offer 252.215-7994 – Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data 252.219-7000 Advancing Small Business Growth 252.225-7000 Buy American—Balance of Payments Program Certificate 252.225-7020 Trade Agreements Certificate 252.225-7035 Buy American—Free Trade Agreements—Balance of Payments Program Certificate 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.225-7055 Representation Regarding Business Operations with the Maduro Regime Evaluation & Award: 52.212-2 Evaluation—Commercial Products and Commercial Services (a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, considering price and other factors. The following factors will be used to evaluate offers: Technical, Past Performance, and Price (b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s). (c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer’s expiration, the Government may accept an offer (or part of an offer), unless a written notice of withdrawal is received before award. (End of provision) Addendum to 52.212-2 Evaluation—Commercial Products and Commercial Services (a) The Government will award a contract to the responsible Offeror whose offer conforming to the solicitation will be most advantageous, considering price and other factors. The following factors shall be used to evaluate offers: Entry Gate Criteria The Offeror must be rated acceptable for the following criteria to proceed to full quotation evaluation: The Proposed 5-axis Gantry Mill must possess: Chip-Conveyor with Coolant Management At least 80 Tool Magazine with Load/Unload Arm The controls accept off-site programs delivered to the machine via network. Simultaneous 5 axis operations 19 inch, minimum, color flat screen LCD display Local Area Network Connection (Ethernet) Emergency Shutdown Buttons Machine’s control and control software are compatible with MASTERCAM26 Must supply Letterkenny Army Depot (LEAD) a post processor Maximum Set Up Tools at least 22 Inches Long Maximum Fixtures and Risers size at least 24 Inches Ballscrew and Rack and Pinion Drive Systems Machining table with at least 60,000 lb capacity Spindle Speed Of at least 0-12,500 Rpm Spindle Power Of at least 80hp Linear encoders on X, Y, and Z Axes Maximum tool diameter using all pockets, at least 4.9 inches Machining Envelop of at Least 169 Inches Length X 123 Inches Width X 50 Inches Machine sized to accommodate machining envelope, tooling, and fixturing Footprint no larger than 73 Feet Long X 27 Feet Wide Evaluation Factors This evaluation will utilize comparative analysis to provide the best value. Award may be made to other than the lowest priced offer if the Government determines a price premium is warranted due to technical merit. In case of technical offer similarities, price will be a significant factor. If offers are technically equivalent, the lower priced offer may be awarded. Responses will be evaluated based on: Factor 1: Technical Factor 2: Past Performance Factor 3: Price Factor 1: Technical The Offeror shall provide technical information based on the Purchase Description (PD), including: Detailed specifications demonstrating compliance with sections 4.1 – 4.4 of the PD. Structured approach to preventive maintenance and repair, including response times, warranty, parts origin, and availability. Testing plan per section 6.2 and a training plan per section 6.3 of the PD. Offers exceeding minimum requirements and including additional safety features will be favored. Preferences include HSK 100 spindle, Renishaw RMP60/RTS, FANUC control, multiple chip-conveyors, larger LCD, dual-head design, larger machining envelope, and smaller footprint. Unacceptable technical offers may be excluded from consideration. The Contracting Officer may consider other information, including past performance data and personal knowledge, in evaluation. Negotiations may be held with the most promising offeror. Factor 2: Past Performance The Government will assess the offeror’s past and current performance, including relevant contracts from the past three years, to determine the likelihood of successful performance. Lack of recent data may result in an “unknown confidence rating.” Factor 3: Price Offerors must propose on all items. The total evaluated price is the sum of all item estimates. (End of provision) Contract Clauses: 52.203-3 Gratuities 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Government 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-13 System for Award Management—Maintenance 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Terms and Conditions—Commercial Products and Commercial Services 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-33 Nonmanufacturer Rule 52.222-3 Convict Labor 52.222-19 Child Labor—Cooperation with Authorities and Remedies 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.223-23 Sustainable Products and Services 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.228-5 Insurance-Work on a Government Installation 52.229-12 Tax on Certain Foreign Procurements 52.232-29 Terms for Financing of Commercial Products and Commercial Services 52.232-30 Installment Payments of Commercial Products and Commercial Services 52.232-33 Payment by Electronic Funds Transfer—System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.240-91 Security Prohibitions and Exclusions 52.240-93 Basic Safeguarding of Covered Contractor Information Systems 52.244-6 Subcontracts for Commercial Products and Commercial Services 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Antiterrorism Awareness Training For Contractors 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1) 252.204-7020 DoD Assessment Requirements 252.204-7022 Expediting Contract Closeout (DEVIATION 2026-O0043) 252.204-7023 Reporting Requirements for Contracted Services 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.216-7010 Postaward Debriefings for Task Orders and Delivery Orders 252.219-7996 Small Business Subcontracting Plan (DoD Contracts) 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7021 Trade Agreements 252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.227-7990 Technical Data – Commercial Products and Commercial Services 252.277-7997 Validation of Asserted Restrictions on Technical Data. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.237-7998 Training for Contractor Personnel Interacting with Detainees 252.240-7997 NIST SP 800-171 DoD Assessment Requirements. 252.243-7002 Requests for Equitable Adjustment 252.244-7999 Subcontracts for Commercial Products and Commercial Services 252.247-7023 Transportation of Supplies by Sea 252.247-7028 Application for U.S. Government Shipping Documentation/Instructions Receipt of quote shall be provided no later than 08 May 2026 at 1200 Eastern Time via email to the Contract Specialist Danielle Rhone at danielle.r.rhone.civ@army.mil and Contracting Officer Thomas Hall at thomas.c.hall111.civ@army.mil. All responsible sources may submit a quotation which will be considered by the agency.

View original listing