Gap lathe
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 Davis-Monthan Air Force Base, is soliciting quotes for a KINGSTON GAP Lathe Machine (Brand Name or Equal) and its installation. This opportunity is issued as a Request for Quotation (RFQ) FA4877-26-Q-A-035 and is a Total Small Business Set-Aside. Quotes are due by February 27, 2026, at 02:00 PM EST.
Scope of Work
This procurement requires a firm-fixed price purchase order for:
- CLIN 0001: GAP Lathe Machine
- CLIN 0002: Installation
The required lathe must meet or exceed the Salient Characteristics for a Kingston HD Precision Lathe HD22-35G, including specific dimensions (e.g., 95 in x 50 in x 50 in), weight (5100 lbs), 220 Three Phase electrical requirement, and capacity (22 inches X 35 inches distance between centers, 22 inches over bed, 31.3 inches swing in gap). It must also include a 1-year warranty, a Newall DRO NMS800 system, and accessories such as a 15-inch Steady Rest, HD Telescopic Taper Turning Attachment, live center, 3-jaw and 4-jaw forged steel chucks, and a tool post set with 6 holders. Rigging and electrical services are required for installation and are the sole responsibility of the vendor. Delivery type is FOB – Destination.
Contract & Timeline
- Solicitation Type: Request for Quotation (RFQ) FA4877-26-Q-A-035
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Total Small Business Set-Aside (NAICS 333517, size standard 500 Employees)
- Questions Due: February 25, 2026, 02:00 PM EST
- Quotes Due: February 27, 2026, 02:00 PM EST
- Published: February 26, 2026
Evaluation
Award will be made to the responsible offeror whose quote represents the Lowest Price Technically Acceptable (LPTA). Technical acceptability is defined by the offeror's capability statement to meet the defined products within the Statement of Work and all characteristics listed in Attachment 1- Salient Characteristics. The government reserves the right to conduct discussions if necessary. Past performance will not be evaluated.
Additional Notes
- Offerors must review Attachment 2- Provisions & Clauses, which incorporates FAR, DFARS, and DAFFARS clauses, including FAR 52.212-1 (Instructions to Offerors) and FAR 52.211-6 (Brand Name or Equal).
- A Real ID will be required for base access at Davis-Monthan AFB starting May 7, 2025.
- An Ombudsman is available for concerns that cannot be resolved by the contracting officer.
- Point of Contacts: Primary: Andrew Johnson (andrew.johnson.162@us.af.mil, 520-228-6699); Secondary: Joshua Rodriguez (joshua.rodriguez.30@us.af.mil).
- Offerors are responsible for monitoring the posting for any changes or amendments.