Coordinate Measuring Machine
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, specifically Anniston Army Depot (ANAD), is issuing a Request for Information (RFI) to identify sources capable of providing unlimited on-call emergency repairs and annual inspection/alignment services for two Government-owned Endeavor III Coordinate Measuring Machines (CMMs). This RFI is for planning purposes only and does not constitute a solicitation. Responses are due by May 19, 2026, at 10 AM CST.
Scope of Requirement
The requirement is for comprehensive maintenance services for CMMs S/N 0212-6504UA (Building #145) and SN 0719-1465UA (Building #129) located at Anniston, AL. The anticipated Period of Performance for the actual requirement is May 27, 2027, to May 25, 2032. Services include:
- Unlimited emergency repairs and annual inspection/alignment for Endeavor III CMMs equipped with PCDMIS Software.
- Coverage of all associated costs: labor, tools, diagnostic equipment, transportation, schematics, documentation, and software upgrades.
- Repairs and inspections must be performed by experienced, highly trained Contractor personnel following Original Equipment Manufacturer (OEM) procedures.
- Performance Standards: Emergency repair acknowledgment within 24 hours, on-site within 72 hours, and restoration to 100% performance. Annual inspections must ensure machines meet original alignment and tolerance requirements.
Requested Information
Respondents are requested to provide a Capability Statement, including past performance examples, and a Recommended Contracting Strategy. Input is also sought on:
- Sufficiency of details for accurate hardware, software, and integration/installation pricing.
- Additional information needed for a transition plan.
- Sections requiring further definition in the Statement of Work (SOW).
- Sufficiency of the estimated Period of Performance.
- Any additional questions or concerns regarding the SOW.
Submission Details
- Response Due: May 19, 2026, 10 AM CST
- Format: MS Word document, limited to items referenced in Section 3.0 and 4.3 of the RFI.
- Submission Method: Email only to Christopher R. Wells (christopher.r.wells36.civ@army.mil).
- Required Administrative Information: Company Name, mailing address, CAGE code, POC details, and business type based on NAICS code 811210 (Electronic and Precision Equipment Repair and Maintenance, Size Standard $34.0 MIL).
- Questions: Submit in writing via email to christopher.r.wells36.civ@army.mil. Answers will be posted on beta.sam.gov.
Additional Notes
This is an RFI solely for information and planning. It does not constitute a Request for Quote (RFQ) or a promise to issue one. The Government will not pay for RFI response costs and is not committed to procuring any items. Not responding does not preclude future participation.