Opportunity

SAM #fef5d8f6f69c4450a7bf967007c47022

Sole Source OEM Maintenance and Repair for Haas CNC Machines at JBSA-Randolph

Buyer

502d Contracting Squadron

Posted

April 16, 2026

Respond By

April 27, 2026

Identifier

fef5d8f6f69c4450a7bf967007c47022

NAICS

811310

This opportunity is for a five-year, sole-source contract to provide OEM-certified maintenance, calibration, and repair services for Haas CNC machines at Joint Base San Antonio-Randolph (JBSA-Randolph), Texas. - Scope of Work: - Five-year, firm-fixed-price contract for performance assurance, preventative maintenance, calibration, and repair services - Coverage includes eight Haas CNC machines (six vertical machining centers, two lathes) and two trunnion rotary table attachments - Services include major maintenance checks, yearly ball bar calibration, diagnostics, and reactive repairs with proprietary parts and upgrades - All work must be performed by factory-trained, OEM-certified technicians to maintain equipment warranties and operational integrity - OEM and Vendor Details: - Haas Automation, Inc. is the OEM for the CNC machines - Phillips Corporation, Federal Division is the sole authorized distributor and service provider for Haas CNC equipment to the U.S. Government - Requirements: - Only OEM-authorized and certified companies may perform the work - Interested parties must demonstrate OEM-approved qualifications - Place of Performance: - All services performed at JBSA-Randolph, specifically Hangar 74, San Antonio, TX - Period of Performance: - One base year plus four option years (total five years), with annual scheduled maintenance and as-needed repairs - Importance: - The contract supports the 502d Trainer Development Squadron's mission for Air Education and Training Command and allied nations - Estimated Value: - Not specified, but likely in the low to mid six-figure range over five years based on scope and OEM service pricing

Description

SOLE SOURCE/NOTICE OF INTENT

The 502d Contracting Squadron, Joint Base San Antonio-Randolph (JBSA-Randolph), TX intends to solicit and award a sole-source, firm-fixed-price, five-year purchase order to Phillips Corporation, Federal Division, (Phillips), 7390 Coca Cola Dr. Ste. 200, Hanover, MD, 21076-1768, CAGE Code 3MPQ0.  This action is executed in accordance with the Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO), Part 12 – Acquisition of Commercial Products and Commercial Services under the authority of 10 U.S.C. 3204(a)(1).

The requirement is for Original Equipment Manufacturer (OEM) performance assurance, preventative maintenance, and repair services and proprietary parts, as needed, for a fleet of existing Haas Automation, Inc. CNC machines located at JBSA-Randolph. To ensure operational integrity and preserve equipment warranties, all required services shall be performed by a company authorized and certified by the OEM, and to date, Phillips has been designated by Haas Automation Inc. as the sole and exclusive distributor of Haas CNC machine tools and any associated factory certified services to the U.S. Government (redacted Single Source Justification attached).

This Notice of Intent is NOT a request for quote or proposal.  However, interested parties may submit a narrative describing their capabilities and written OEM approved qualifications to fulfill the requirement via email to vivian.fisher@us.af.mil with a copy to jermaine.coleman.3@us.af.mil no later than 27 April 2026 at 2:00 PM CDT.  The capability statement shall clearly demonstrate the ability to meet all the service requirements set forth in the attached draft Statement of Work.

Any costs incurred in the preparation and submittal of the capabilities statement will not be reimbursed by the Government.  Additionally, the information received will be evaluated solely for the purpose of determining whether to conduct the procurement on a competitive basis.  A determination by the Government not to open the requirement to competition, based on any responses to this notice, is solely within the discretion of the Government.

2. Attachments:

1. Statement of Work

2. Single Source Justification

View original listing