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, specifically the 75th Air Base Wing at Hill Air Force Base, UT, is soliciting proposals for the procurement of one (1) new 5-Axis Mill/Lathe CNC Machine. This acquisition is conducted as a combined synopsis/solicitation under Full and Open Competition, with award based on a Lowest Price Technically Acceptable (LPTA) evaluation. Proposals are due Monday, April 6, 2026, at 4 PM MST.
Scope of Work
The requirement includes the procurement, delivery, installation, and training for the 5-Axis CNC machine, which must adhere to the attached Purchase Specification dated March 19, 2026. The machine is intended for manufacturing complex components for the MMIII weapon system. Key technical requirements include:
- Machining Capabilities: Diameter 27"+ and Length 120"+.
- Lathe Specifications: Main and second lathes with 7"/5" bore spindles, 30 HP motors, and 13" chucks.
- Milling Spindle: 11,000 RPM max speed, 30 HP motor, CAT 40 or CAPTO toolholders, 70+ tool magazine.
- Additional Features: 3" bar work, automatic steady rest, long drilling attachment, chip conveyor, CNC software with 3.2 Performance requirements, USB port, full coverage guards, mist collector, and specific boring bar sockets.
- Controller: PC-based with Windows 11 Enterprise, Intel I7 CPU, 16 GB RAM, 500 GB SSD, TPM 2.0, and compliance with DAFMAN 17-1301 (prohibiting wireless/recording capabilities). Post-processor software compatible with Esprit CAM is required.
- Data Deliverables (CDRLs): Include Factory Acceptance Test Plan/Report, Site Acceptance Test Plan/Report, and Commercial Off-The-Shelf (COTS) Manuals.
- Services: On-site assembly, installation, and 4-5 days of training covering operation, programming, and maintenance.
Contract Details
- Contract Type: Firm Fixed Price (FFP) for most Contract Line Items (CLINs), with CDRLs being Not Separately Priced (NSP).
- Period of Performance: Anticipated 8-18 Months After Receipt of Order (ARO).
- Warranty: Minimum one-year standard parts and labor.
- NAICS Code: 333517 (Small Business Size Standard: 500 Employees).
Submission & Evaluation
- Proposal Submission: Offers must be submitted electronically via email to Melissa Huston (melissa.huston.2@us.af.mil) and Lanette Todd (lanette.todd@us.af.mil).
- Proposal Format: Two volumes are required: Volume I (Completed RFP and Price Proposal) and Volume II (Written Technical Proposal, limited to 25 pages). Offerors must provide their Cage code.
- Evaluation: Award will be made to the technically acceptable offeror with the lowest evaluated price. Technical proposals will be evaluated on an acceptable/unacceptable basis, focusing on capability, expertise, resources, and planning, specifically addressing requirements, verification, and safety.
- Questions Deadline: Monday, March 30, 2026, at 12 PM MST.
- Government Intent: The Government intends to award without discussions; therefore, initial offers should contain the best terms.
Additional Notes
Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications. The Government reserves the right to cancel this solicitation at any time without obligation to reimburse offerors for costs incurred.