C-FRAME HYDRAULIC PRESS
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 Defense Logistics Agency (DLA) Aviation is conducting market research via a Sources Sought notice to identify interested and capable parties for providing one C-Frame Hydraulic Press. This requirement is for a turn-key machine, including technical data, delivery, installation, testing, and comprehensive training. The place of performance is Ship Repair Facility (SRF) Yokosuka, Japan. Responses are due by February 1, 2026.
Scope of Work
The requirement is for a new, current, commercially available C-frame hydraulic press with a minimum thrust force of 350 metric tons. The successful vendor must provide a turn-key solution covering:
- Delivery, unloading, and rigging
- IUID tagging
- Installation, including foundation work (demolition, removal, new installation, soil testing/disposal)
- Testing
- On-site operator, programmer, maintenance, electrical, and mechanical training
- Technical data (manuals, drawings) in English and Japanese
The press must comply with various standards (OSHA, ISO, NEMA, NFPA, JIS) and include specific design, control, and safety features. Key components include a base, worktable, bed plate, C-frame, slide, and cylinder. Electrical systems must conform to NFPA 79, and controls must include inching, E-stop, stepless thrust force, and descent speed control with a movable remote-control stand.
Contract & Timeline
- Type: Sources Sought / Market Research (for information purposes only, not a solicitation)
- Set-Aside: None specified (market research stage)
- Response Due: February 1, 2026, 04:59 PM UTC
- Published: December 15, 2025
Submission Instructions
Interested parties should email responses to AVNIPEMarketResearch@dla.mil with the subject line "ATTN: 24-25-2002". Responses should not exceed ten (10) one-sided 8.5 x 10 inch pages (10-point font minimum) and must include:
- Description of company capabilities based on provided questions.
- Comments on the attached Statement of Work (SOW) and draft purchase description, identifying ability to meet requirements or proposing alternatives.
- Company's business size (employees, domestic/foreign) for set-aside consideration.
- Manufacturer status (Manufacturer/Non-Manufacturing Source) and identification of manufacturer if applicable.
- Indication of intent to partner with subcontractors.
- A basis of estimate for the total financial budget, broken down by machine cost, training, tech data, installation, foundation, shipping, rigging, and IUID tag.
Additional Notes
This is solely for market research; it is not a request for quote/proposal and does not constitute a commitment by the Government. No funds are available for response preparation. Telephone inquiries will not be accepted.