Soraluce FLP 4000 Universal Floor Type 6-Axis Milling Center outfitted with the Soraluce Dynamics Active Stabilizer Plus (DAS+) or equivalent 6-Axis Universal Floor Type Milling Center with active dampening system equivalent to the DAS+.
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.
DLA Weapons Support (Richmond) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this the government has a requirement to procure one (1) of the following: Soraluce FLP 4000 Universal Floor Type 6-Axis Milling Center outfitted with the Soraluce Dynamics Active Stabilizer Plus (DAS+) or equivalent 6-Axis Universal Floor Type Milling Center with active dampening system equivalent to the DAS+. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 333517. This requirement also includes turnkey services to be provided, including: installation, removal of current equipment, foundation, shipping, tooling, training, technical data (i.e. manuals & drawings), delivery/offloading/rigging, and Gibbs 3D systems post processor.
THIS SOURCES SOUGHT IS FOR INFORMATION PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE/PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNIAL DESCRIPTION IS STRICTLY VOLUNTARY.
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties should submit a response to this Sources Sought Notice by the closing date of this SAM.gov posting. All responses under this Sources Sought Notice must be emailed to avnipemarketresearch@dla.mil with subject line containing ATTN: 25-30-1000. Responses should be not exceed ten (10) one-sided 8.5 x 10 inch pages with a font that is no smaller than 10 point as this is not a request for a proposal but only a request for submission of a vendor's capability to perform this requirement.
Place of performance is Fleet Readiness Center-EAST (FRCE), Cherry Point, North Carolina