Newland VLT Z-Axis Replacement Alignment

SOL #: FA812626R0001Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8126 AFSC PZIMB
TINKER AFB, OK, 73145-3305, United States

Place of Performance

S Coffeyville, OK

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Maintenance And Repair Shop Equipment (J049)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 19, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Apr 8, 2026, 7:00 PM

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 (AFSC/PZIMB) is seeking a contractor for a one-time repair of a Newland Vertical Turret Lathe (VLT) CNC Turning and Milling Center at the Oklahoma City-Air Logistics Complex (OC-ALC). This Total Small Business Set-Aside opportunity requires specialized repair services for the machine's z-axis. Quotations are due by April 8, 2026.

Scope of Work

This contract requires the repair of a Newland VLT CNC Turning and Milling Center (Model NTG15.01, Serial No. 150113021) which is out of tolerance in the z-axis. The contractor must provide all necessary labor, tools, equipment, test equipment, materials, parts, quality control, transportation, and inspection manuals. Key tasks include:

  • Conducting squareness and yaw checks of the Z-Axis.
  • Disassembling the Z-Axis.
  • Removing and cleaning 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. The contractor is responsible for supplying one set of Z-axis slider pre-assembled parts. "Over and Above" (O&A) work must be within scope and necessary for contract completion, following DFARS 252.217-7028.

Contract Details

  • Contract Type: Firm Fixed Price
  • Period of Performance: 5 months After Receipt of Order (ARO)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
  • Product Service Code: J049 (Maintenance, Repair And Rebuilding Of Equipment: Maintenance And Repair Shop Equipment)
  • Place of Performance: On-base at the Oklahoma City-Air Logistics Complex (OC-ALC), S Coffeyville, OK 73145. Work hours are Monday through Friday, 07:00 am to 04:00 pm, unless approved otherwise.

Performance Standards

The contractor must provide a written Estimate Repair Report within one business day after inspection, with repair actions requiring Contracting Officer (CO) authorization. Parts must be ordered within two business days of authorization, and repairs completed within five business days of parts receipt. A draft Service Report is due immediately upon completion, with a final report within five business days to the GPOC, including specific details like company name, service dates, contract number, equipment ID, services provided, labor costs, materials, and technician signatures. Corrective Action Reports (CARs) require a written response within two business days.

Submission & Evaluation

This is a Request for Quote (RFQ) issued under FAR Part 13. Quotations are due by April 8, 2026, at 2:00 PM Tinker AFB OK Central Standard Time (CST). Vendors must "wet" sign/date page 2 and fill in vendor information, delivery, and pricing on page 3 of the solicitation. A company quotation sheet with adequate documentation showing the item meets specifications is required. Award will be based on the lowest evaluated price among technically acceptable offers, with price being the sole evaluation factor. Vendors must be authorized to perform repairs on proprietary equipment and be registered in SAM. Emailed quotations are preferred.

Special Requirements

Contractor personnel must be technically trained and experienced. Compliance with environmental protection, safety regulations (including HAZMAT, SDS, waste disposal), and security/OPSEC briefings is mandatory. Specific training (FOD/DOP Awareness, Fire Safety, Environmental Accountability, Energy Management Systems) is required. The contractor must provide a Contract Manager and comply with OSHA standards and Air Force specific instructions. Wage determinations under the Service Contract Act apply, and bidders must ensure proposed wages and benefits meet or exceed these minimums.

Contacts

People

Points of Contact

Michael Chappell Jr.PRIMARY
Kyle NewcombSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
View
Newland VLT Z-Axis Replacement Alignment | GovScope