Opportunity
SAM #W911QX26QA057
Procurement of Two Citizen L12-1M7 Swiss Machine Systems for Army Research
Buyer
U.S. Army Garrison Adelphi
Posted
April 20, 2026
Respond By
April 23, 2026
Identifier
W911QX26QA057
NAICS
333517
The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Adelphi Division is seeking to acquire advanced manufacturing equipment for defense research and development: - Procuring two (2) Citizen L12-1M7 Swiss Machine Systems (Swiss lathes) - OEM: Citizen - Model/Part Number: L12-1M7 - Quantity: 2 units - Purpose: Supports small caliber research, experimental continuity, and advanced materials development - Installation at Aberdeen Proving Ground, Maryland is included - Sole source procurement from Precision Machine Tool Solutions (authorized Citizen reseller) - Delivery required within three weeks after contract award - Firm fixed price, commercial contract under NAICS 333517 (Machine Tool Manufacturing) - Notable requirements: - Continuity with existing Citizen equipment for compatibility and maintenance - Direct delivery and installation at a federal military research facility - Place of performance: Aberdeen Proving Ground, MD (6375 Johnson Rd, Bldg. 321) - No additional technical specifications or option years provided
Description
NOTICE: Intent to Solicit Only One Source
The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of 41 USC 1901. The name of the company the Government intends to award a contract to Precision Machine Tool Solutions (571 Mountain Home Road, Sinking Spring PA 19608-9395). This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.
This acquisition is issued as a Request for Quote (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01 effective 13 March 2026.
For purposes of this acquisition, the associated NAICS code is 333517. The small business size standard is 500 Employees.
Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):
CLIN 0001:
Two (2) Swiss Machine Systems (L12-1M7)
Installation at APG
All to be delivered to Aberdeen Proving Ground (APG), Maryland 21005 via FOB Destination.
Specifications/Requirement: N/A
Delivery: Delivery is required by three (3) weeks after contract award (ACA). Delivery shall be made to 6375 Johnson Rd Bldg. 321 ABERDEEN PROVING GROUND MD 21005. The FOB point is Destination.
Clauses:
The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision:
In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.
Evaluation Criteria – Not Applicable (N/A)
Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. None.
The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. None
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
FAR:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
52.204-7, System for Award Management (NOV 2024)
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)
52.204-13, System for Award Management Maintenance (Oct 2018)
52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2024)
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, or Voluntarily Excluded (Jan 2025)
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
52.219-1, Solicitation provisions and contract clauses (Feb 2024)
52.219-28, Post-award Small Business Program Representation (JAN 2025) 52.222-3, Convict Labor-Cooperation with Authorities and Remedies (JUN 2003) 52.222-19, Child Labor-Cooperation With Authorities And Remedies (FEB JAN) 2025
52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
52.232-33, Payment by Electronic Funds Transfer—System for Award Management (OCT 2018)
52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
52.233-3, Protest after Award (AUG 1996)
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
52.240-91, Security Prohibitions and Exclusions (Nov 2025)
52.247-34, F.o.b. Destination (Nov 1991)
DFARS:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials SEP (2011)
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Dec 2022)
252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022)
252.204-7000, Disclosure of Information (OCT 2016)
252.204-7003, Control of Government Personnel Work Product (APR 1992)
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)
252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)
252.204-7017, Prohibition On the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021) 252.204-7018, Prohibition On the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)
252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)
252.225-7000, Buy American Statute—Balance of Payments Program Certificate (FEB 2024)
252.225-7001, Buy American Act and Balance of Payments Program (FEB 2024) 252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018)
252.225-7012, Preference for Certain Domestic Commodities (APR 2022) 252.225-7013, Duty-Free Entry (NOV 2023)
252.225-7046, Exports by Approved Community Members in Response to the Solicitation (Jun 2013)
252.225-7048, Export-Controlled Items (JUN 2013)
252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022)
252.225-7056, Prohibition Regarding Business Operations With The Maduro Regime (Jan 2023)
252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023)
252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jun 2023)
252.232-7010, Levies on Contract Payment (DEC 2006)
252.243-7001, Pricing of Contract Modifications (DEC 1991)
252.244-7000, Subcontractors for Commercial Products or Commercial Services (NOV 2023)
252.246-7008, Sources of Electrical Parts (JAN 2023) 252.247-7023, Transportation of Supplies by Sea (JAN 2023) 252.243-7001, Pricing Of Contract Modifications (DEC 1991)
252.244-7000, Subcontractors for Commercial Products or Commercial Services (Nov 2023)
252.246-7008, Sources of Electrical Parts (Jan 2023)
252.247-7023, Transportation of Supplies by Sea (Jan 2023)
The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as Special Instructions and Information found in the attached Adelphi Special Instructions and Information document):
FULL TEXT CLAUSES:
52.252-1, Provisions Incorporated by Reference (Feb 1998)
52.252-2, Clauses Incorporated by Reference (Feb 1998)
252.211-7003, Item Unique Identification and Valuation (Jan 2023)
52.232-7006, Wide Area Workflow Payment Instructions (Jan 2023)
Adelphi Local Instructions:
ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT
GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL)
PAYMENT INSTRUCTIONS
RECEIVING ROOM – APG
DUTY-FREE ENTRY
EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT
ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING PAYMENT TERMS
This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.
The following notes apply to this announcement:
The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under FAR Part 12 Simplified Acquisition Procedures (SAP). IN accordance with FAR 32.003, contract financing cannot be provided for this acquisition.
Place of Delivery:
Aberdeen Proving Ground
6375 Johnson Rd Bldg. 321
ABERDEEN PROVING GROUND MD 21005
Set Aside: N/A