Opportunity
SAM #N6852026A1001
Sole Source BPA for DMG MORI and Mori Seiki Equipment Support at Fleet Readiness Center Southwest
Buyer
Fleet Readiness Center
Posted
May 06, 2026
Respond By
May 08, 2026
Identifier
N6852026A1001
NAICS
811219, 811310
This opportunity involves a sole source Blanket Purchase Agreement (BPA) with DMG Mori Federal Services INC. to provide parts, repair, maintenance, and training for DMG MORI and Mori Seiki equipment at the Fleet Readiness Center Southwest (FRCSW), Naval Air Station North Island, CA. - Sole source BPA to DMG Mori Federal Services INC. (Cage Code: 96XT6) for support of DMG MORI and Mori Seiki equipment - Equipment supported includes DMG Mori DMU160, DMC125, DMU125, DMU50, NLX2000, MAH NLX 1500/500, MAH NLX 6000/1000, DMV 185, Mori Seiki ZT2500Y, SL2500Y, SL65MC, and DMG Mori/Brener Maschinenfabrik models - Services required: repair, maintenance, evaluation, teardown, inspection, material supply, shipping, and over-and-above work - Only DMG MORI personnel are authorized to perform repairs due to proprietary software (CELOS, Numeric Control, Programmable Logic Control) and special access keys - Training required both on-site and at DMG Mori Academy in Hoffman Estates, Illinois - Supported aircraft platforms: FA-18 C/D/E/F/G, E2/C2, V-22, H-53 - Strict safety, security, and environmental compliance required - Place of performance: Fleet Readiness Center Southwest (FRCSW), Naval Air Station North Island, San Diego, CA - Contracting office: 47038 MCLEOD ROAD, BLDG 448, PATUXENT RIVER, MD 20670 - No third-party servicing permitted unless special access is granted by DMG MORI - Not open to competition unless a valid capability statement is received and accepted
Description
The Commander Fleet Readiness Center (COMFRC) hereby gives notice of their intent to award a Blanket Purchase Agreement (BPA) to DMG Mori Federal Services INC. Cage Code: 96XT6, 2400 Huntington Blvd, Hoffman Estates, Illinois, 60192-1564 on a sole source basis. In accordance with the Federal Acquisition Regulation (FAR) 13.106-1(b)(2), only one source reasonably available and no other supplies or services will satisfy agency requirements.
The DMG MORI owned equipment services and supports multiple FRCSW platforms that require the repair, overhaul, and manufacturing of aircraft parts for, but not limited to, FA-18 C/D/E/F/G, E2/C2, V-22, and H-53. These platforms are included in the Fleet Infrastructure Optimization Plan for FRCSW along with other Fleet Readiness Center depots to sustain and modernize aircraft, engines, components, and support equipment.
The materials required consist of machine pallets, chillers, and other miscellaneous machine parts required to support machine operation. Labor will provide both repair and support services as needed. Training consists of on-site requested training and training provided by the DMG Mori Academy at the DMG Mori campus in Hoffman Estates, IL.
All operating software used by DMG MORI products is proprietary. No modifications, and therefore repairs, can be made by any personnel other than DMG MORI personnel. DMG MORI uses user interface layers inside the CELOS software, which are proprietary and require DMG Mori keys to operate. The OEM also uses Numeric Control and Programmable Logic Control software, which DMG Mori developed. These applications and software are extensively customized and require special access privileges. DMG Mori does not authorize servicing to be done by Third Parties unless special access is given via a Service Level Smart Key, which is not sold to Third Parties. A Service Level Smart Key is required for the type of complex services required for this effort, and without the key, repairs are not possible.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, all responsible sources may submit a capability statement, which, if received within three (3) calendar days after the date of the publication of this synopsis, will be considered. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement without impacting the requirement. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government.
The point of contact for this requirement is sean.s.quigley.civ@us.navy.mil