High Accuracy Turret 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
UT-Battelle, LLC, on behalf of Oak Ridge National Laboratory (ORNL), is soliciting proposals for a High Accuracy Turret Lathe. This fixed-price subcontract aims to procure a commercial product to support ORNL's research initiatives in Oak Ridge, TN. There is no set-aside for this opportunity. Proposals are due by February 13, 2026, at 4:00 PM EST.
Scope of Work
ORNL requires a high accuracy turret lathe, as detailed in Attachment A (Technical Specifications). Suppliers must meet the minimum specifications or provide a functional equivalent. Key technical requirements include specific X, Y, Z-axis travel, machine footprint (max 3,794 mm L x 2,408 mm W x 2,145 mm H), and high accuracy for positioning and repeatability. The lathe should feature a 12/16 station live tool turret, high-pressure coolant, in-machine tool setter, and various multi-tool capabilities. The procurement also includes requirements for installation, start-up, training, and submission of operating/maintenance manuals.
Contract Details
- Contract Type: Commercial Products and Services (Fixed Price)
- NAICS Code: 333517 - Machine Tool Manufacturing
- Period of Performance: Anticipated March 2, 2026 - August 1, 2026
- Place of Performance: Oak Ridge, TN
- Payment Terms: Net 30 for large businesses, Net 15 for small businesses, via Electronic Funds Transfer (EFT).
- Delivery: FOB Destination for domestic shipments; Delivered at Place (DAP) for international. Delivery drivers to ORNL must be U.S. Citizens.
Submission & Evaluation
Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Offers must include a specific, detailed, and complete Technical Proposal (not exceeding 20 pages, excluding resumes) and a Price Proposal in USD. Bidders must also submit Exceptions/Non-Compliance, Conditions of Proposal/Assumptions, and Supplementary Requirements. Questions are due by February 10, 2026, at 12:00 PM noon EST. Proposals must remain valid for 120 calendar days.
Key Attachments & Requirements
Bidders must adhere to specific requirements outlined in the attachments:
- Attachment B (Special Provisions): Details electrical safety (NRTL listing, OSHA/NFPA compliance), hazard analysis, testing, calibration, documentation, and service/maintenance expectations.
- Attachment C (Terms & Conditions): Outlines contractual obligations, dispute resolution, payment, warranty, and compliance with laws.
- Attachment D (Prime Flowdown Clauses): Incorporates mandatory FAR and DEAR clauses from ORNL's contract with the DOE.
- Attachment E (Reps & Certs): Requires representations on business status, small business status, export control, Buy American Act, and telecommunications equipment.
- Attachment F (General Solicitation Instructions): Provides guidance on offer preparation, late submissions, payment, discounts, and treatment of offer information.
- Attachment G (Limited Rights Data): Form for representing data rights and restricted computer software.
Contact Lindsey Gulmire at gulmirelc@ornl.gov or 865-576-4415 for questions.