5-Axis CNC Mill / Lathe Purchase at Hill AFB, UT
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 the 75th Air Base Wing at Hill Air Force Base, UT, is soliciting proposals for the procurement, delivery, installation, and training for one (1) new 5-Axis Mill/Lathe CNC Machine. This acquisition is conducted as a Combined Synopsis/Solicitation (RFP) under Full and Open Competition. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis.
Scope of Work
The requirement is for a new 5-Axis Mill/Lathe CNC Machine, including its delivery, installation, and comprehensive training, in accordance with the attached Purchase Specification dated March 19, 2026. This machine is critical for manufacturing components with complex geometries to support the MMIII weapon system. Key technical specifications include:
- Machining Capabilities: Minimum 27" diameter and 120" length.
- Lathe Specifications: Main lathe with 7" bore, 30 HP motor, 13" chuck; second lathe with 5" bore, 30 HP motor, 13" chuck.
- Milling Spindle: Max 11,000 RPM, 30 HP, compatible with CAT 40 or CAPTO toolholders, and a 70+ tool magazine.
- Additional Features: 3" bar work, automatic steady rest, long drilling attachment (35"+ depth), side discharge chip conveyor, CNC software with 3.2 Performance, USB port, full coverage chip/coolant guard, mist collector, and various boring bar sockets.
- Controller: Must include a PC with Windows 11 Enterprise, Intel I7 CPU, 16 GB RAM, 500 GB SSD, TPM 2.0, and comply with DAFMAN 17-1301 security requirements (prohibiting wireless/photographic/audio capabilities). Post-processor software compatible with Esprit CAM is required.
Contract & Timeline
- Solicitation Type: Combined Synopsis/Solicitation (RFP)
- Contract Type: Firm Fixed Price (FFP) for most CLINs; Not Separately Priced (NSP) for CDRLs.
- Period of Performance: Anticipated 8-18 Months After Receipt of Order (ARO). Offerors must propose lead times.
- Set-Aside: Full and Open Competition
- NAICS Code: 333517 (Machining Centers And Way Type Machines)
- Small Business Size Standard: 500 Employees
- Questions Due: Wednesday, April 8, 2026, 12 PM MST
- Proposal Due: Wednesday, April 15, 2026, 12 PM MST
- Published Date: April 2, 2026
Submission & Evaluation
Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Technical tradeoffs will not be made. Offerors must submit proposals in two volumes:
- Volume I: Completed RFP and Price Proposal (no page limit), including a Cage code.
- Volume II: Written Technical Proposal (25-page limit), addressing technical requirements, verification, and safety (Appendix C). Technical proposals will be assessed as acceptable/unacceptable, demonstrating capability, expertise, resources, and planning. Price will be evaluated for completeness, reasonableness, and Total Evaluated Price (TEP). Submissions are preferred via electronic mail to Melissa Huston (melissa.huston.2@us.af.mil) and Lanette Todd (lanette.todd@us.af.mil).
Deliverables & Requirements
The contract includes several Contract Data Requirements Lists (CDRLs) for:
- Factory Acceptance Test Plan (A001) and Report (A002)
- Site Acceptance Test Plan (A003) and Report (A004)
- Commercial Off-The-Shelf (COTS) Manuals and Associated Supplemental Data (A005) A minimum one-year standard parts and labor warranty is required. The contractor will be responsible for assembly, installation, and 4-5 days of on-site training at Hill AFB. Verification includes a two-phase process: Factory Acceptance Test (FAT) and Site Acceptance Test (SAT).
Additional Notes
This solicitation incorporates FAR provisions and clauses through Federal Acquisition Circular 2025-06. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications. An Ombudsman is available for concerns not resolved by the Contracting Officer. The Government reserves the right to cancel this solicitation without obligation to reimburse offerors for costs.