Maryland Bids > Bid Detail

HAAS VF-11 Vertical Milling Machine

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 34 - Metalworking Machinery
Opps ID: NBD00159791617110242
Posted Date: Dec 7, 2022
Due Date: Dec 12, 2022
Solicitation No: N6833523RFI0066
Source: https://sam.gov/opp/469a32656f...
Follow
HAAS VF-11 Vertical Milling Machine
Active
Contract Opportunity
Notice ID
N6833523RFI0066
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 07, 2022 12:44 pm EST
  • Original Response Date: Dec 12, 2022 11:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3417 - MILLING MACHINES
  • NAICS Code:
    • 333517 - Machine Tool Manufacturing
  • Place of Performance:
    Saint Inigoes , MD
    USA
Description

HAAS VF-11 Vertical Milling Machine





PSC Code: 3417





NAICS Code: 333517 – Machine Tool (Metal Cutting Types) Manufacturing





This Sources Sought/Request for Information (RFI) notice is being posted to in accordance with DFARS 206.302-1(d). The Naval Air Warfare Center Aircraft Division, Engineering and Prototyping Facility, TW22, has a requirement to procure a HAAS VF-11 Vertical Milling Machine to ensure high quality and continuity of its products, all while increasing effective utilization of division resources and response times to all initiatives/projects. Additionally, the Prototyping and Engineering Branch will require training, tooling, setup, and installation of the machine. To meet the TW22 requirements, the milling machine to be procured should provide the following:





The Haas VF-11 provides unlimited cutting of metals and nonmetals including, but not limited to, steel, stainless steel, aluminum, and delrin. The Haas VF-11 is the optimal solution to meet our requirements of large complex manufacturing. The addition of the Haas VF-11 will allow for cost efficient completion of customer requirements in house which would allow NAWCAD WOLF to avoid costly sub-contractors and schedule creep due to outsourcing work.






  • 40 Taper / 30HP Spindle; 8100 RPM

  • High-speed 24 + 1 side mount tool changer

  • Through Spindle Air Blast (TAB)

  • Wireless Intuitive Probing System (WIPS)

  • Made in the USA

  • Ethernet Connection

  • Absolute Positioning Linear Scale System

  • Through Spindle coolant (TSP) 300 PSI.

  • High-speed machining (HSM)

  • Enclosure Exhaust System

  • Auxiliary Coolant Filtration System





Specs:




  • Travels

    • X Axis 120.0”

    • Y Axis 30.0”

    • Z Axis 40.0”



  • Spindle

    • Max Speed 8100 RPM

    • 30 HP, Inline Direct Drive



  • Feedrates

    • Rapid on X 360 IPM

    • Rapid on Y 600 IPM

    • Rapid on Z 600 IPM



  • Toolchanger

    • 24 + 1 tool capacity



  • Enclosure

    • Enclosure exhaust system

    • High intensity lighting

    • Auxiliary Coolant Filtration System

    • Auger style chip removal system

    • Window air-blast system





This RFI is issued as part of a procurement strategy for the planned NISE project at NAWC AD, Building 8008 St. Inigoes, MD. The Haas VF-11 will be installed at Building 8008, St. Inigoes, MD. The execution/delivery of these items, including: training, tooling, setup, and installation of the machine shall be completed and/or delivered to TW22 Prototyping and Engineering Facility, Bldg 8008, St. Inigoes, MD by 15 July 2023.





RESPONSES





Requested Information





Section 1 of the response shall provide administrative information, and shall include the following as a minimum:





• Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.





• Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).





Section 2 of the response shall provide technical information, and shall include the following as a minimum:





• Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.





• Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count.





• If applicable, respondents shall include a list of DoD, Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor POC for each program, with email address and phone number.





• The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.





• Respondents should include a list of authorized distributors.







ADDITIONAL INFORMATION





The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.





In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA.





The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.





Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management website: sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.





HOW TO RESPOND





Interested parties shall respond within 5 days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed 10 pages) via e-mail no later than 12 December 2022 to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 07, 2022 12:44 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >