Skip to content
Department of Defense

CNC 5 Axis Gantry Mill

Solicitation: W911N226QDR03
Notice ID: 942f15f10a234bb08cd019f7cea84cc3
TypeCombined Synopsis SolicitationNAICS 333517PSC3417Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStatePAPostedApr 10, 2026, 12:00 AM UTCDueMay 08, 2026, 04:00 PM UTCCloses in 28 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: May 08, 2026. Industry: NAICS 333517 • PSC 3417.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W911N226QDR03. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

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

12-month awarded value
$10,973,622
Sector total $52,182,378,817 • Share 0.0%
Live
Median
$253,125
P10–P90
$147,427$4,059,404
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)
+15343%($10,832,419)
Deal sizing
$253,125 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

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
PA20260018 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
+102 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 102 more rate previews.
Davis-BaconBest fitstate match
PA20260018 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
Rate
Marble & Tile Setter
Base $31.18Fringe $18.35
+101 more occupation rates in this WD
Davis-Baconstate match
PA20260094 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Lehigh
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+39 more occupation rates in this WD
Davis-Baconstate match
PA20260079 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Butler
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+32 more occupation rates in this WD
Davis-Baconstate match
PA20260104 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Washington
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+32 more occupation rates in this WD

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

Combined Synopsis/Solicitation

W911N2-26-Q-DR03

General Information

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.

Solicitation number W911N2-26-Q-DR03 is issued as a Request for Quotation (RFQ) for quantity one (1) each Computer Numerically Controlled (CNC) 5 Axis Gantry Mill in accordance with the attached purchase description.

This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

The Product Service Code (PSC) assigned to this acquisition is 3417 – Milling Machine. The North American Industry Classification System (NAICS) code for this acquisition is 333517 - Machine Tool Manufacturing.

This procurement will utilize the solicitation procedures at FAR 12.201-1(c)(1). This announcement combines the presolicitation notice and the RFQ according to 12.202(b). The anticipated award date of this requirement is 25 May 2026.

CLIN       Description      Quantity    Unit of Measure    Price

0001   CNC 5 Axis Gantry mill IAW Purchase Description   1    Lot

0002 CDRLS The Contractor shall prepare and deliver the data identified in DD 1423, Contract Data Requirements Lists (CDRLs) A001 - A008.   1   Lot    Not Separately Priced (NSP)

The attached Purchase Description (PD) establishes the minimum requirements for the purchase of one (1) CNC 5 Axis Gantry Mill to be delivered and installed at Letterkenny Army Depot (LEAD). The contractor shall provide all professional architectural, engineering and construction services for the preparation of all necessary drawings, specifications, calculations, cost estimates and related design, fabrication, construction, installation and testing services for the completion of this project. The gantry mill shall be installed turnkey in accordance with Original Equipment Manufacturer specification and standards.

See attached Synopsis/Solicitation Notes for specifics for site visit date and time.

Delivery & Acceptance Location:    

W0L6 USA DEP LETTERKENY

LETTERKENNY ARMY DEPOT, 1 OVERCASH AVENUE BLDG 9950

CHAMBERSBURG, PA 17201-4150

UNITED STATES

DoDAAC: W25G1Q

Lead Time:      Please provide Lead Time

F.O.B. Point:    Destination

Solicitation Provisions:

52.203-11        Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions

52.204-7           System for Award Management—Registration

52.212-1           Instructions to Offerors—Commercial Products and Commercial Services

52.229-11        Tax on Certain Foreign Procurements—Notice and Representation

52.240-90        Security Prohibitions and Exclusions Representations and Certifications

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7024 Notice on the Use of the Supplier Performance Risk System (DEVIATION 2026-O0043)

252.215-7992 Only One Offer

252.215-7994 – Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data

252.219-7000 Advancing Small Business Growth

252.225-7000 Buy American—Balance of Payments Program Certificate

252.225-7020 Trade Agreements Certificate

252.225-7035 Buy American—Free Trade Agreements—Balance of Payments Program Certificate

252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism

252.225-7055 Representation Regarding Business Operations with the Maduro Regime

52.212-2 Evaluation—Commercial Products and Commercial Services

(a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers:

Technical, Past Performance, and Price

(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s).

(c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

Addendum to 52.212-2 Evaluation—Commercial Products and Commercial Services

(a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Entry Gate Criteria   

The Offeror must be rated acceptable for the following criteria in order to proceed to full quotation evaluation:

The Proposed 5-axis Gantry Mill must possess:

1. Chip-Conveyor with Coolant Management

2. at least 80 Tool Magazine with Load/Unload Arm

3. The controls accept off-site programs delivered to the machine via network. 

4. Simultaneous 5 axis operations

5. 19 inch, minimum, color flat screen LCD display

6. Local Area Network Connection (Ethernet)

7. Emergency Shutdown Buttons

8. Machine’s control and control software are compatible with MASTERCAM26 

9. Must supply Letterkenny Army Depot (LEAD) a post processor

10.Maximum Set Up Tools at least 22 Inches Long

11. Maximum Fixtures and Risers size at least 24 Inches

12. Ballscrew and Rack and Pinion Drive Systems

13. machining table with at least 60,000 lb capacity

14. Spindle Speed Of at least 0-12,500 Rpm

15. Spindle Power Of at least 80hp

16. Linear encoders on X, Y, and Z Axes

17. Maximum tool diameter using all pockets, at least 4.9 inches

18. Machining Envelop of at Least 169 Inches Length X 123 Inches Width X 50 Inches 19. Machine sized to accommodate machining envelop and tooling and fixturing

20. Footprint no larger than 73 Feet Long X 27 Feet Wide

Evaluation Factors  

This evaluation will utilize comparative analysis to provide the best value to the Government. Award may be made to other than the lowest priced offer, if the Government determines that a price premium is warranted due to technical merit.

However, the closer the merits of the technical offer are to one another, the greater will be the importance of price in making the award determination. In the event that two or more technical offers are determined technically equivalent, award may be made to the lower priced offer provided the price is reasonable. Responses to this solicitation will be evaluated against the following factors:

Factor 1: Technical

Factor 2: Past Performance

Factor 3: Price

FACTOR 1: Technical.

The Offeror shall provide technical information based off of the requirements of the Purchase Description (PD). The information shall provide, at a minimum, the following information:

  1. Provide a detailed breakdown of the specifications of the proposed equipment. Offerors shall demonstrate that they meet or exceed each of the items that are listed in section 4.1 – 4.4 REQUIREMENTS of the 5 Axis CNC Mill Purchase Description (PD).
  2. Demonstrate a structured approach to preventive maintenance and repair of the 5 Axis CNC Gantry Mill. Include distance from service technicians to Letterkenny Army Depot (LEAD) as well as response time, warranty information, maintenance plan information (if applicable), and parts country of origin and availability.
  3. Provide a testing plan in accordance with 6.2 Tests and a training plan in accordance with 6.3 Technical Instruction of the PD.

The contractor shall review the salient characteristics provided in the Purchase Description (PD). Offers shall demonstrate that they meet or exceed each of the items that are listed in Requirements section of the 5 Axis CNC Gantry Mill PD.

Mere re-statements of the requirements or statements from the Offeror that the offer is compliant that do not include a description of product technical capability is unacceptable.

Additional consideration will be provided to those offers that exceed the requirements as provided in the PD and provide additional safety features. Preference will be supplied to those offers that provide the following: HSK 100  spindle and tooling, Renishaw RMP60/RTS Part Probe and Tool Setter, FANUC control, two or more Chip-Conveyor with Coolant Management, larger than a 19 inch color flat screen LCD display, machine has replaceable two head design (one 5 axis variable 8,000 rpm head and one 3 axis, high horsepower, high torque head), machining Envelop larger than 169 Inches Length X 123 Inches Width X 50 Inches and larger tools, and a footprint smaller than 73 Feet Long X 27 Feet Wide.

If the offer is determined unacceptable in any of the technical evaluation factors or subfactors, the offer may not be considered for award.

In addition to the information submitted by offeror, the Contracting Officer may consider other information reasonably related to the evaluation factors, to include the personal knowledge of the competitor's commercial and Government customers and past performance databases. The Government may consider any other value added benefit offered in its best value determination.

The Contracting Officer is not obligated to evaluate all information submitted from each offeror. For example, the Contracting Officer may curtail evaluation of an offeror's submission if at any point the Contracting Officer determines the competitor is unlikely to provide best value.

The Contracting Officer may communicate with an offeror at any time during the evaluation without regard to the FAR 15.3 rules concerning competitive range determinations and discussions. The Contracting Officer may also identify the offeror most likely to provide best value and hold negotiations solely with that offeror to finalize the order and/or negotiate more favorable terms for the Government.

Factor 2: Past Performance

A. The Government will evaluate the offeror’s record of past and current performance to ascertain the probability of successfully performing the required efforts of the PD.

B. Offerors shall submit all relevant information on Government and/or commercial contracts for the prime offeror and each major subcontractor, those subcontractors expected to perform twenty (20) percent or more of the effort, in performance or awarded during the past three years, from the issue date of this Request For Quote (RFQ), which are relevant to the efforts required by this RFQ. The Government may consider a wide array of information from a variety of sources, but is not compelled to rely on all of the information available.

C. Offerors shall include the most recent and relevant efforts (within the past three years) in their offer. Absent any recent and relevant past performance history or when the performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned, the offeror will be assigned an “unknown confidence rating” and its offer will not be evaluated either favorably or unfavorably on past performance. The Government may use data provided by the offeror in its offer and data obtained from other sources, including data in Government files or data obtained through interviews with personnel familiar with the contractor and their current and past performance under Federal, State or Local government or commercial contracts for same or similar services as compared to the North American Industry Classification System (NAICS) 333517. Data used in conducting performance risk assessments shall not extend past three years prior to the issue date of the RFQ but may include performance data generated during the past three years without regard to the contract award date.

Factor 3: Price.

Offerors must propose on all items. The total evaluated price will be computed by adding the total estimated amount for each item.

(End of provision)

Contract Clauses:

52.203-3 Gratuities

52.203-6 with Alt I       Restrictions on Subcontractor Sales to the Government

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-13 System for Award Management—Maintenance

52.209-6   Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.212-4   Terms and Conditions—Commercial Products and Commercial Services

52.219-6   Notice of Total Small Business Set-Aside

52.219-8   Utilization of Small Business Concerns

52.219-14 Limitations on Subcontracting

52.219-33 Nonmanufacturer Rule

52.222-3   Convict Labor

52.222-19 Child Labor—Cooperation with Authorities and Remedies

52.222-35 Equal Opportunity for Veterans

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-37 Employment Reports on Veterans

52.222-40 Notification of Employee Rights Under the National Labor Relations Act

52.222-50 Combating Trafficking in Persons

52.223-23 Sustainable Products and Services

52.226-8   Encouraging Contractor Policies to Ban Text Messaging While Driving

52.228-5  Insurance-Work on a Government Installation

52.229-12 Tax on Certain Foreign Procurements

52.232-29 Terms for Financing of Commercial Products and Commercial Services

52.232-30 Installment Payments of Commercial Products and Commercial Services

52.232-33 Payment by Electronic Funds Transfer—System for Award Management

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-3   Protest After Award

52.233-4   Applicable Law for Breach of Contract Claim

52.240-91 Security Prohibitions and Exclusions

52.240-93 Basic Safeguarding of Covered Contractor Information Systems

52.244-6   Subcontracts for Commercial Products and Commercial Services

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.204-7004 Antiterrorism Awareness Training For Contractors

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.

252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1)

252.204-7020 DoD Assessment Requirements

252.204-7022 Expediting Contract Closeout (DEVIATION 2026-O0043)

252.204-7023 Reporting Requirements for Contracted Services

252.205-7000 Provision of Information to Cooperative Agreement Holders

252.211-7003 Item Unique Identification and Valuation

252.211-7008 Use of Government-Assigned Serial Numbers

252.216-7010 Postaward Debriefings for Task Orders and Delivery Orders

252.219-7996 Small Business Subcontracting Plan (DoD Contracts)

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7001 Buy American and Balance of Payments Program

252.225-7012 Preference for Certain Domestic Commodities

252.225-7015 Restriction on Acquisition of Hand or Measuring Tools

252.225-7021 Trade Agreements

252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program

252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten

252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

252.227-7990 Technical Data – Commercial Products and Commercial Services

252.277-7997 Validation of Asserted Restrictions on Technical Data.

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7006 Wide Area WorkFlow Payment Instructions

252.232-7010 Levies on Contract Payments

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel

252.237-7998 Training for Contractor Personnel Interacting with Detainees

252.240-7997 NIST SP 800-171 DoD Assessment Requirements.

252.243-7002 Requests for Equitable Adjustment

252.244-7999 Subcontracts for Commercial Products and Commercial Services

252.247-7023 Transportation of Supplies by Sea

252.247-7028 Application for U.S. Government Shipping Documentation/Instructions

Receipt of quote shall be provided no later than 08 May 2026 at 1200 Eastern Time via email to the Contract Specialist Danielle Rhone at danielle.r.rhone.civ@army.mil and Contracting Officer Thomas Hall at thomas.c.hall111.civ@army.mil.  All responsible sources may submit a quotation which will be considered by the agency.

Files

Files size/type shown when available.

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.