Skip to content
Department of Defense

CNC 5-Axis Gantry Mill

Solicitation: CNC5AxisGantryMill
Notice ID: 40dc085fc97e406ca70d557c5c598543
TypeSources SoughtNAICS 333517PSC3417DepartmentDepartment of DefenseAgencyDept Of The ArmyStatePAPostedFeb 11, 2026, 12:00 AM UTCDueFeb 26, 2026, 06:00 PM UTCCloses in 3 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 26, 2026. Industry: NAICS 333517 • PSC 3417.

Market snapshot

Awarded-market signal for NAICS 333517 (last 12 months), benchmarked to sector 33.

12-month awarded value
$616,734
Sector total $20,371,516,771 • Share 0.0%
Live
Median
$68,100
P10–P90
$35,130$335,191
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($616,734)
Deal sizing
$68,100 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Chambersburg, Pennsylvania • 17201 United States
State: PA
Contracting office
Chambersburg, PA • 17201-4150 USA

Point of Contact

Name
Danielle Rhone
Email
danielle.r.rhone.civ@army.mil
Phone
7172678480
Name
Thomas C. Hall
Email
thomas.c.hall111.civ@army.mil
Phone
7172675583

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RSA • W6QK LAD CONTR OFF
Contracting Office Address
Chambersburg, PA
17201-4150 USA

More in NAICS 333517

Description

                                                   SOURCES SOUGHT/REQUEST FOR INFORMATION FOR

                                                 CNC 5-Axis Gantry Mill for Letterkenny Army Depot (LEAD)

The Army Contracting Command, Redstone Arsenal (ACC-RSA) is issuing this Request for Information (RFI) and Sources Sought announcement to gain information from industry and seek sources capable of and interested in supplying and installing one (1) Computer Numerically Controlled (CNC) 5-axis gantry mill in accordance with the associated purchase description. The purpose of providing this information is to conduct Market Research and identify interested sources capable of providing this item.

Letterkenny is looking to have one (1) company to provide and install one (1) CNC 5-axis gantry mill in accordance with the associated purchase description.

Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov.

Eligibility

At this point, the Government requests responses from all interested capable businesses and the applicable NAICS of 333517 - Machine Tool Manufacturing with a small business size of 500 employees. At this time, the Government has made no decisions about whether a full and open competition will occur. Upon receipt of all responses to this notice, the Government will determine its path forward.

Capabilities Statement and additional Information and Submission Details

REQUESTED INFORMATION:

Please provide a Capabilities Statement, which must address the following items:

  1. Do you have experience manufacturing gantry cranes, or specifically 5-axis gantry cranes? Do you have experience being a distributor for a company that manufactures 5-axis gantry cranes? If so, who was the manufacturer? Describe the type of work your company performed in the past in support of the same or similar requirements? Describe your ability to meet the requirements in the Draft Purchase Description.
  2. How long would you need to accomplish this requirement? What is the estimated lead time to deliver the 5-axis gantry mill? What is the estimated time required for installation and full set up and testing?
  3. Please identify other Government Agencies for whom you have performed similar work in the past. What contract vehicle(s) were utilized for those contracts? Please provide contract numbers and Government POCs.
  4. What obstacles or hindrances did you encounter while performing similar work on past contracts? List any lessons learned or best business practices found.
  5. If awarded a contract, how many calendar days following an award would it take your firm to begin performance?
  6. Does your company currently possess the capabilities to perform all the tasking for the required work internally? If not, what areas may require accomplishment with teaming arrangements and subcontracting?
  7. Please provide any general questions or clarifications regarding this requirement.
  8. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219- 14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the requirement.
  9. If applicable, indicate whether you qualify as a Small, Small Disadvantaged, 8(a) Small Business, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern and provide your documentary proof from the Small Business Administration.
  10. Please supply your SAM reps and certs as well as your SBA Profile.
  11. Please supply a rough pricing estimate, if possible.
  12. Have you provided this item for the commercial industry?

Please offer recommendations to improve the draft Purchase Description. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. The Government appreciates your answers and feedback and welcomes any questions you have.

If your firm is capable of the requirements described in this RFI, please provide a Capability Statement with answers to the above questions to Ms. Danielle Rhone, at danielle.r.rhone.civ@army.mil and Mr. Thomas Hall at thomas.c.hall111.civ@army.mil by 26 February 2026, 1:00 P.M. Eastern Time.

The Government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on sam.gov will not be made available.

Points of Contact:

Danielle R. Rhone, Contract Specialist

Army Contracting Command – Redstone

Letterkenny Army Depot (CCAM-MSD-D)

1 Overcash Avenue, Bldg 10

Chambersburg, PA 17201-4150

danielle.r.rhone.civ@army.mil

Thomas C. Hall, Contracting Officer

Army Contracting Command – Redstone

Letterkenny Army Depot (CCAM-MSD-D)

1 Overcash Avenue, Bldg 10

Chambersburg, PA 17201-4150

thomas.c.hall111.civ@army.mil

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.