SOURCES SOUGHT
J -- HAAS CNC & Lathe Calibrations and Maintenance Services
- Notice Date
- 6/13/2025 5:25:09 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W7M9 USPFO ACTIVITY KS ARNG TOPEKA KS 66611-1169 USA
- ZIP Code
- 66611-1169
- Solicitation Number
- W91UAQ0012308867
- Response Due
- 7/11/2025 1:00:00 PM
- Archive Date
- 07/26/2025
- Point of Contact
- James Sparkes, Phone: 17856460853, Vernon L. Verschelden, Phone: 7856460852
- E-Mail Address
-
james.d.sparkes.civ@army.mil, vernon.l.verschelden.civ@army.mil
(james.d.sparkes.civ@army.mil, vernon.l.verschelden.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- SOURCES SOUGHT Notice of intent to Sole Source PHILLIPS Corporation, Federal Division For Diagnostic and Maintenance services to HAAS brand CNC Lathe Machines This is a non-personnel services contract to provide maintenance and diagnostic services to HAAS brand CNC Lathe Machines. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Specific performance criteria is provided in the accompanied Performance Work Statement (PWS) HAAS incorporates proprietary lock-outs in their controls that prevent unauthorized service technicians from accessing and performing services. When our agency has previously solicited industry for CNC Maintenance services, or when contacted HAAS Automation inc directly for potential service providers responses return that PHILLIPS Corporation was the only vendor HAAS Automation inc authorized to service the federal government. This is a sources sought announcement issued in accordance with FAR 10 and DFARS 206.302-1(d). This is NOT a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB). There is no bid package, solicitation, specifications or drawings available with this announcement. It DOES NOT constitute a commitment by the U.S. Government or the State of Kansas. No contract will be awarded from this sources sought notice. Response is strictly voluntary, and no reimbursement will be made for any cost associated with providing information in response to this sources sought or any follow-up information requests. The Government SHALL NOT be liable, or suffer any consequential damages, for any improperly identified information. This is a market survey and notification of intent only. This requirement may be solicited at a future date. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, including Large Business and the Small Business Community, to compete and perform Firm Fixed Price Contracts. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of solicitation to be issued will depend upon the responses to this synopsis. No site visit or Industry Day has been planned in association to this sources sought. Project Description: RTS-M is an Army Ordnance Center and School accredited maintenance training facility located at 2750 Scanlan Avenue in Salina, Kansas. It has 6ea commercial Haas model TL-1 CNC lathes and 6ea commercial Haas model TM-1P CNC mills that require routine service and corrective maintenance support. This equipment is required for the Allied Trades Specialist qualification and advanced leaders courses. These CNC machines are not standard Army equipment and RTS-M does not have the trained or certified personnel required to perform these repairs. Haas CNC machines and components are warranted by manufacturer against defects in material and workmanship. All out of warranty repair parts carry an additional warranty, provided the repair is performed by a Haas Certified Technician. Additional Detail about this requirement is available in the accompanied Performance Work Statement (PWS) The North American Industry Classification System (NAICS) code for this requirement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The small business size standard for this requirement is $47 Million. Please provide the following information from your company. Your response shall be limited to Five pages total: 1. Company Information (Identify if using a joint venture or partnering). The following information is required. � Company Name � Mailing Address � Contact Phone Number and E-Mail � Cage Code * � Duns Number 2. Capability: Provide your firms capability to perform this requirement. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees for specialized services-type procurement. 3. Capacity: Provide your firm�s capacity to perform this requirement: a. Provide your firm�s capability/availability in performing the required effort, given the current market�s condition and/or availability of equipment, and human resources. b. Identify any workload constraints regarding the work described in this sources sought. 4. Ability to successfully comply with the following provisions: a. FAR 52.219-8 Utilization of Small Business Concerns b. FAR 52.204-26 Covered Telecommunications Equipment or Services � Representation 5. Offeror's type of business and business size. If a small business, Company�s current small business category (Small Business, HUBZone, Service Disabled Veteran Owned, 8(a) and Woman-Owned), as it relates to NAICS Code 622110 or something similar. *If you do not have a CAGE code, and you are interested in pursuing a contract with the Government, please register in the SAM website as soon as possible (register through https://www.sam.gov/SAM/ website). A CAGE code is required prior to the submission of your proposal/bid, but not required for this sources sought. Offeror�s are advised that information provided to the Government in regard to the products or devices proposed will be considered �For Official Use Only (FOUO)� and will not be released to the public or other potential offerors. The Government may retain this information for its records indefinitely. Sources sought submittals are due NTL 11 July 2025 @ 3pm CST. Points of contacts: James D Sparkes, Contract Specialist, E-Mail: james.d.sparkes.civ@army.mil Or Vernon L. Verschelden Contracting Officer, E-Mail: vernon.l.verschelden.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a510948caf464c6dab91ddf9b068c923/view)
- Place of Performance
- Address: Salina, KS 67401, USA
- Zip Code: 67401
- Country: USA
- Zip Code: 67401
- Record
- SN07477640-F 20250615/250613230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |