Plasma Cutting 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 Defense Logistics Agency (DLA) Aviation is conducting market research through this Sources Sought notice to identify interested and capable parties for providing one Computer Numerically Controlled (CNC) Plasma Cutting Machine. The requirement is for a turn-key solution, including technical data, delivery, installation, foundation work, testing, post-processor, and comprehensive on-site training. The machine is intended for the Ship Repair Facility (SRF) Yokosuka, Japan. Responses will inform the method of future procurement. This is for information purposes only and is not a request for quote/proposal.
Scope of Work
The requirement is for a new, commercially available CNC plasma cutting machine to be delivered and installed at SRF-JRMC Yokosuka, Shop X-11, Japan. Key components include a base, worktable with downdraft capability, plasma arc cutting system, a five-axis torch, dust collector, and a Computer Aided Design (CAD) station. The machine must be capable of cutting mild steel, stainless steel, and aluminum, adhering to specific performance standards for noise, cutting capacities, speeds, and accuracy tolerances. Special requirements include compliance with various government and non-government standards (e.g., OSHA, ANSI, ASME, ISO, NEMA, NFPA), absence of hazardous materials, environmental protection, and specific electrical system standards. The solution must include Item Unique Identification Marking (IUID), technical data, a Plan of Action and Milestones (POA&M), an Acceptance Test Plan (ATP), installation services, and specialized training for Government personnel.
Submission Requirements
Interested parties should submit responses via email to AVNIPEMarketResearch@dla.mil by February 1, 2026, 04:59 AM UTC. The email subject line must include "ATTN: 24-25-2001". Responses should not exceed ten (10) one-sided 8.5 x 10 inch pages with a font no smaller than 10 point. Submissions should include:
- A description of the company's capabilities.
- Comments on the attached Statement of Work (SOW) and draft purchase description, indicating capability to meet requirements or proposing alternatives.
- Company's business size (number of employees, domestic/foreign) for set-aside consideration.
- Manufacturer status (Manufacturer/Non-Manufacturing Source) and identification of manufacturer if applicable.
- Indication of intent to partner with subcontractors.
- A basis of estimate for the total financial budget, broken down by Machine Cost, Training, Tech Data, Installation, Foundation, Shipping, Rigging, IUID Tag, and Post Processor.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (information gathered for future consideration)
- Response Due: February 1, 2026, 04:59 AM UTC
- Published: December 11, 2025, 09:20 PM UTC
- Place of Performance: Ship Repair Facility (SRF) Yokosuka, Japan
Additional Notes
This notice is for market research only and does not constitute a solicitation or commitment by the Government. No funds are available for response preparation. Telephone inquiries will not be accepted.