CNC 5 Axis Gantry Mill
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 Army is seeking a contractor to provide and install one (1) Computer Numerically Controlled (CNC) 5 Axis Gantry Mill at Letterkenny Army Depot (LEAD) in Chambersburg, PA. This acquisition is a Total Small Business Set-Aside and includes turnkey installation services. Quotes are due by May 08, 2026, at 1200 Eastern Time.
Scope of Work
This combined synopsis/solicitation (RFQ) requires the supply and turnkey installation of a CNC 5 Axis Gantry Mill. The contractor will be responsible for all professional architectural, engineering, construction, fabrication, installation, and testing services. This includes designing and installing a special foundation, with LEAD providing utilities to within 50 feet of the equipment disconnect. The contractor must also prepare and deliver Contract Data Requirements Lists (CDRLs) A001 through A008.
Key Technical Requirements (Entry Gate Criteria)
Offerors must meet specific entry gate criteria for the proposed 5-axis Gantry Mill to be considered for full evaluation. These include:
- Chip-Conveyor with Coolant Management
- At least 80 Tool Magazine with Load/Unload Arm
- Controls accepting off-site programs via network
- Simultaneous 5-axis operations
- 19-inch minimum color flat screen LCD display
- Local Area Network Connection (Ethernet) and Emergency Shutdown Buttons
- Compatibility with MASTERCAM26 and provision of a post-processor
- Maximum Set Up Tools at least 22 inches long; Maximum Fixtures and Risers size at least 24 inches
- Ballscrew and Rack and Pinion Drive Systems
- Machining table with at least 60,000 lb capacity
- Spindle Speed of at least 0-12,500 RPM and Spindle Power of at least 80hp
- Linear encoders on X, Y, and Z Axes
- Maximum tool diameter using all pockets, at least 4.9 inches
- Machining Envelop of at least 169 Inches Length X 123 Inches Width X 50 Inches
- Footprint no larger than 73 Feet Long X 27 Feet Wide
Additional consideration will be given for features exceeding requirements, such as HSK 100 spindle, Renishaw RMP60/RTS, FANUC control, multiple chip conveyors, larger LCD, replaceable two-head design, larger machining envelope, and a smaller footprint.
Contract Details
- Contract Type: Request for Quotation (RFQ) for commercial products/services.
- Set-Aside: Total Small Business Set-Aside.
- Product Service Code (PSC): 3417 – Milling Machine.
- NAICS Code: 333517 - Machine Tool Manufacturing.
- F.O.B. Point: Destination.
- Payment: Electronic Funds Transfer (EFT) via DFAS using Wide Area Work Flow (WAWF).
- Anticipated Award Date: May 25, 2026.
Submission & Evaluation
- Response Due: May 08, 2026, 1200 Eastern Time.
- Submission Method: Email to Contract Specialist Danielle Rhone (danielle.r.rhone.civ@army.mil) and Contracting Officer Thomas Hall (thomas.c.hall111.civ@army.mil).
- Evaluation Factors: Technical, Past Performance, and Price. Award will be made to the responsible Offeror whose offer is most advantageous to the Government, with best value considered. Technical entry gate criteria must be met for full evaluation.
- Technical Evaluation: Requires a detailed breakdown of specifications, a structured approach to preventive maintenance/repair, and a testing/training plan.
- Past Performance: Evaluated based on relevant Government and commercial contracts from the past three years.
- Price: Offerors must propose on all items.
- Discussions: The Government intends to award without discussions; offerors should submit their best prices initially.
- SAM Registration: Offerors must be registered in SAM and have current annual representations and certifications.
Important Dates & Actions
- Site Visit: A site visit is scheduled for Thursday, April 23, 2026, at 1000 ET at Building 10, LEAD. Names for access must be submitted by Monday, April 20, 2026, 1500 ET. Real ID compliance, steel-toed shoes, hearing protection, and safety glasses are required.
- Questions Due: At least 5 calendar days prior to the closing date.
- Project Schedule: Due within 30 days of purchase order.
- Utility Requirements: Certified utility requirements due within 90 days of purchase order.