Newland VLT Z-Axis Replacement Alignment
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 is soliciting proposals for a one-time contract repair of a Newland Vertical Turret Lathe (VLT) CNC Turning and Milling Center at the Oklahoma City-Air Logistics Complex (OC-ALC), Tinker AFB, OK. This Total Small Business Set-Aside opportunity focuses on the Z-axis replacement and alignment of the machine. Proposals are due by April 8, 2026.
Scope of Work
This requirement is for a single, firm-fixed-price repair service. The contractor will provide all necessary labor, tools, equipment, test equipment, materials, parts (including specific Z-axis slider pre-assembled parts), quality control, and transportation. Key tasks include:
- Conducting squareness and yaw checks of the Z-Axis.
- Disassembling the Z-Axis.
- Removing and cleaning existing linear rails and bearing trucks.
- Installing new customer-supplied linear rails and bearing trucks.
- Reassembling and reconnecting the Z-Axis.
- Performing final testing to ensure proper functionality and adherence to manufacturer specifications. "Over and Above" (O&A) work must be within scope and necessary, following DFARS 252.217-7028.
Performance Standards & Requirements
The contractor must provide a written Estimate Repair Report within one business day of inspection. Repair actions require Contracting Officer (CO) authorization. Parts must be ordered within two business days of authorization, and the repair completed within five business days of parts receipt. A draft Service Report is due immediately upon maintenance completion, with a final report submitted to the GPOC within five business days. The final report must detail services, labor, materials, and technician signatures. Contractor performance will be evaluated, and Corrective Action Reports (CARs) require a two-business-day response.
Contract Details & Eligibility
- Contract Type: Firm Fixed Price (FFP)
- Opportunity Type: Combined Synopsis/Solicitation (RFQ) under FAR Part 13
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Period of Performance: 5 months After Receipt of Order (ARO)
- Place of Performance: On-base at the Oklahoma City-Air Logistics Complex (OC-ALC), Tinker AFB, OK. Work hours are Monday-Friday, 07:00 am - 04:00 pm.
- Special Requirements: Contractor personnel must be technically trained and experienced. Compliance with environmental, safety (OSHA, Air Force instructions), and security regulations is mandatory, including specific training (FOD/DOP, Fire Safety, Environmental Accountability, Energy Management Systems). A Contract Manager and employee listings are required. Bidders must also adhere to the Service Contract Act wage determinations for Oklahoma.
Submission & Evaluation
- Quotations Due: April 8, 2026, at 2:00 PM Tinker AFB OK Central Standard Time (CST).
- Submission Method: Emailed quotations are preferred.
- Required Documents: Vendors must sign/date page 2 and complete vendor/pricing information on page 3 of the solicitation. A company quotation sheet demonstrating compliance with specifications is also required.
- Evaluation Criteria: Award will be based on the lowest evaluated price among technically acceptable offers. Price is the sole evaluation factor. Vendors must be authorized to perform repairs on proprietary equipment.
- Eligibility: Vendors must be registered in the System for Award Management (SAM).
Contact Information
- Primary: Michael Chappell Jr. (michael.chappell.7@us.af.mil)
- Secondary: Kyle Newcomb (Kyle.newcomb@us.af.mil)