Wire Saw System
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 intends to solicit for the purchase of one Wire Saw System (Husqvarna CS 2512 or Equal) for use in S Coffeyville, OK. This is a Presolicitation for a complete turn-key system, including a wire saw, power pack, and various accessories. The opportunity is a Total Small Business Set-Aside. Responses are due by May 19, 2026.
Scope of Work
The requirement is for a comprehensive Wire Saw System designed for cutting steel and concrete, capable of both vertical and horizontal cuts. Key components include:
- Wire Saw: Must be compact, mobile, hydraulically powered (min 20 kW output, 190 Nm torque), water-cooled, with a variable gearbox (65-80 ft/sec wire speed), and store a minimum of 52 feet of diamond wire. It must have wheels, a handle, adjustment screws, and be anchorable.
- Power Pack: Electric motor-powered, capable of operating 20 feet from the saw, with emergency stop, ON/OFF buttons, and a wired remote control (min 25 ft cable) displaying voltage and having an emergency stop. It must have a built-in fail-safe for overheating, lifting points, and a minimum 25 kW hydraulic output.
- Accessories: Includes two fixtures with pulleys, a hydraulic crimping tool, 150 crimps, 300 feet of 10.3mm diamond wire, three mountable fixtures for wire redirection, necessary hydraulic lines (min 3,340 PSI), and a water nozzle.
- Training: Minimum of two days of operational and maintenance training.
- Vendor Requirement: The vendor must be the manufacturer or an authorized reseller.
Contract & Timeline
- Type: Firm Fixed Price (contemplated)
- Period of Performance: 30 days ARO
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 333310 (Size Standard: 1000 Employees)
- Response Due: May 19, 2026, 2:00 PM UTC
- Published: May 15, 2026
Additional Notes
This is a presolicitation notice. Interested persons should identify their interest and capability by submitting a proposal electronically via SAM.gov. SAM.gov registration is required for any award. No telephone requests will be accepted. The authority is 10 USC 2304 (c)(1). Foreign participation is not allowed. Contact: Sondra Groth (Sondra.Groth@us.af.mil) or Sheridan Robison (sheridan.robison@us.af.mil).