5-Axis CNC Mill / Lathe Purchase at Hill AFB, UT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force at Hill Air Force Base, UT, is soliciting proposals for the procurement, delivery, installation, and training for one (1) new 5-Axis CNC Mill/Lathe Machine. This acquisition is conducted under Full and Open Competition with a Lowest Price Technically Acceptable (LPTA) evaluation. Proposals are due by March 5, 2026, at 1500 MST.
Opportunity Details
This combined synopsis/solicitation seeks a single multifunction 5-Axis CNC Mill/Lathe machine to support the 75th Air Base Wing's manufacturing needs for the MMIII weapon system. The machine must feature two turning spindles (7" and 5" bore diameter, minimum 30 HP each) and a milling spindle (minimum 11,000 RPM, 30 HP, CAT 40/CAPTO toolholders, 70-tool magazine). Key capabilities include machining parts up to 27" diameter and 120" length, bar work (3" diameter or greater), an automatic steady rest (3"-15" diameter with adjustable pressure), and a 35" or greater long drilling attachment. The system requires CNC software with an Esprit CAM compatible post-processor and a Windows 11 Enterprise PC. Clarifications from the February 17, 2026 Q&A confirm the requirement is for one multitasking lathe with two separate turning spindles and a milling spindle.
Contract & Deliverables
The contract will be Firm Fixed-Price (FFP) for the machine, delivery, installation, and training, with Contract Data Requirements List (CDRLs) being Not Separately Priced (NSP). The anticipated Period of Performance is 8-18 Months After Receipt of Order (ARO). Deliverables include Factory Acceptance Test (FAT) and Site Acceptance Test (SAT) Plans and Reports, Commercial Off-The-Shelf (COTS) Manuals, and associated supplemental data. A minimum one-year warranty is required.
Submission & Evaluation
Proposals must be submitted in two volumes: a Price Proposal and a Technical Proposal (limited to 25 pages). Submissions are preferred via encrypted email to Tanner Nielsen (Tanner.Nielsen@us.af.mil) and Lanette Todd (lanette.todd@us.af.mil). The evaluation will be LPTA, assessing technical acceptability against subfactors including Requirements, Verification, and Safety Appendix C. The government intends to award without discussions, so initial offers should be the best terms. Offerors must provide their CAGE code, DUNS, business size, and a completed FAR 52.212-3. Any exceptions to solicitation terms must be clearly identified.
Key Dates & Contacts
- Questions Due: February 17, 2026, 1500 MST (passed).
- Proposals Due: March 5, 2026, 1500 MST.
- Primary Contact: Tanner Nielsen (tanner.nielsen@us.af.mil).
- Secondary Contact: Lanette Todd (lanette.todd@us.af.mil).
- Ombudsman: Kayla Marshall (kayla.marshall@us.af.mil).