HAAS Maintenance and Repair
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 issuing a Request for Information (RFI) to identify qualified sources for HAAS Computer Numerical Controlled (CNC) machine maintenance and repair services at Anniston Army Depot (ANAD), Alabama. This RFI seeks industry input on capabilities, contracting strategies, and technical details related to the Statement of Work. Responses are due by April 16, 2026, at 10 AM CST.
Purpose
This is an RFI solely for information and planning purposes; it does not constitute a Request for Quote (RFQ) or a commitment to issue a future solicitation. The Army is conducting market research to identify potential sources capable of providing preventive maintenance and emergency repair services for Haas CNC machines.
Scope of Work
The requirement, as outlined in the draft Statement of Work, involves comprehensive preventive maintenance and reactive repair services for Haas CNC machines at ANAD. This includes:
- Preventive Maintenance: Annual service per Haas Automation, Inc. recommendations, covering mechanical, lubrication, coolant, air, electrical systems, ball bar calibration, and vibration analysis.
- Reactive Maintenance: Telephone/email technical support, onsite certified technicians for emergency repairs within 48 hours of notification, and replacement parts delivery. All services require adherence to OSHA standards (29 CFR 1910), use of new OEM or certified replacement parts, and a warranty on workmanship.
Requested Information
Interested parties are requested to provide:
- A Capability Statement including past performance examples of similar projects.
- A Recommended Contracting Strategy.
- Input on the sufficiency of details for accurate hardware, software, and integration/installation pricing.
- Suggestions for additional information needed to formulate a transition plan.
- Identification of SOW sections requiring further definition.
- Feedback on the estimated Period of Performance sufficiency.
- Any other questions, concerns, or input regarding the SOW.
Submission Details & Timeline
Responses must be submitted as an MS Word document via email to Reese Wells at christopher.r.wells36.civ@army.mil by April 16, 2026, at 10 AM CST. Submissions should be limited to the requested information and include company name, mailing address, CAGE code, point of contact information, and business type (e.g., large, small, 8(a), HUBZone, WOSB, VOSB, SDVOSB) based on NAICS code 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance, Size Standard $12.5 Million). Proprietary information should be clearly marked.
Additional Notes
This RFI is for planning only, and the Government will not pay for any costs incurred in responding. Not responding does not preclude participation in any future solicitation. Questions regarding this RFI must be submitted in writing via email to the primary contact.