SOLICITATION NOTICE
34 -- Waterjet Cutting System
- Notice Date
- 7/23/2025 9:18:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333515
— Cutting Tool and Machine Tool Accessory Manufacturing
- Contracting Office
- W7N6 USPFO ACTIVITY WA ARNG TACOMA WA 98430-5170 USA
- ZIP Code
- 98430-5170
- Solicitation Number
- FY25-12308753
- Response Due
- 8/1/2025 12:00:00 PM
- Archive Date
- 08/16/2025
- Point of Contact
- Nick Parker, Phone: 2535128225
- E-Mail Address
-
nicholas.a.parker24.mil@army.mil
(nicholas.a.parker24.mil@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # FY25-12308753 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated 11 June, 2025 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice dated 17 January, 2025. It is the contractor�s responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for a Total Small Business under North American Industry Classification Standards (NAICS) code 333515 - Cutting Tool and Machine Tool Accessory Manufacturing. This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all the RFQ's requirements and is judged to represent the Best Value to the Government. Price will be the most significant evaluated factor, followed by the vendor�s ability to meet delivery requirements. Delivery is FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Government POC: The Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer. The date, time and request for quote offers are due by Friday, 01 August 2025 at 3:00 P.M. Eastern time on to Nicholas.a.parker24.mil@army.mil. Electronic offers preferred. All questions must be submitted by email prior to the close date. Description of Requirement: The Washington Army National Guard requires an industrial waterjet cutting system to support fabrication, repair tasks, and precise cutting of a wide variety of materials. An industrial waterjet cutting system allows for high-accuracy, cold-cutting operations without introducing heat-affected zones, making it ideal for metals, composites, and sensitive components. This capability enhances mission readiness by enabling rapid part production, custom fabrication, and efficient repair of mission-critical equipment. Additionally, it reduces turnaround times and dependence on external vendors for specialized cutting services. CLIN 0001: WARD Jet A-1212 Industrial Waterjet Cutting System (Brand name or equal) Quantity: One (1) Specifications: Product must meet or exceed all specifications listed below. Physical Requirements: Cutting envelope of approximately 48.1 inches by 48.1 inches Footprint not exceeding 7.2 feet by 7.6 feet Made with materials for industrial use, such as steel for the enclosure, frame, and tank Include heavy-duty cutting tank with reversible grates to reduce back-spray and kickback Designed for stationary installation in an indoor production environment Functional Requirements: Perform both pure waterjet cutting (for soft materials) and abrasive waterjet cutting (for hard materials like metals, composites, plastics, and glass) Capable of cutting materials up to 7 inches thick Include a programmable Z-Axis with approximately 4 inches of travel. The Z-Axis must be repositionable to accommodate thicker materials Include both an abrasivejet cutting head and a water-only cutting head conversion kit. The abrasivejet head should feature a diamond orifice for performance and reliability. Include an intensifier pump capable of providing at least 60,000 PSI pressure Include a motion system driven by helical rack and pinion or precision ground rack and pinion/linear ways Meets specific accuracy and repeatability standards, such as linear positional accuracy of � 0.003 inches per 3 feet and repeatability of � 0.002 inches Capable of rapid movement, such as speeds up to 500 inches per minute Include an integrated abrasive bulk feed hopper (approximately 85lb capacity) that can be refilled while the system is cutting to enable continuous operation. An abrasive mini hopper must also be included Include a wastewater weir system to filter waste water prior to drain Include automatic water level control to raise or lower the cutting water to set levels Designed for years of fast and accurate cutting in a production environment with minimal maintenance requirements Include programming software that automatically sets cut speed parameters based on material type, thickness, geometry, and desired quality. The software should allow selection of material type and thickness, and desired finish level. Include CAD/CAM and Nesting software with true geometric nesting capabilities, including common line cutting. This software should include full CAD capabilities and all advanced 2D modules. Power and Connectivity: Must operate on 460 VAC power. Connections for power, air, water, and drainage must be available for customer connection. Include WiFi and Ethernet connectivity for network file transfer and remote support. Include necessary high-pressure lines and connections. Safety and Compliance: Include safety features such as an enclosure door interlock switch that pauses motion and stops water flow when the door is opened. Pump safety features like system warning and shut down, and a safety dump valve. Meet applicable safety standards and regulations. Include a sound-insulated pump cover package to reduce operating noise (e.g., <80dB). Include an air to oil cooler to eliminate the need for cooling water for the pump, reducing total system water usage. User Interface/Controls: Touchscreen interface (e.g., an all-in-one touchscreen controller) with an integrated keyboard and mouse tray. Controls allow for intuitive operation such as drag and drop part loading, moving and rotating parts via the touchscreen, and managing multiple parts/cut queues. Supports industry standard G&M code. Include controls for setting pierce and cut pressure and electric motor on/off. Remote On/Off control for the pump must be available. Include status indicators such as a high-pressure gauge and a display showing system status and warnings (potentially multi-language). Accessories and Components: Include all components, including but not limited to: abrasivejet and water-only cutting heads, cutting enclosure, door interlock, bulk abrasive hopper and mini hopper, touchscreen controller, programming and CAD/CAM/Nesting software, intensifier pump, air to oil cooler, pump tool kit and basic spares, heavy duty tank with grates, water level control, waste water weir system, high pressure gauge, high-pressure kit, and a consumable parts kit. Delivered with all documentation such as manuals (implied with training/support, though not explicitly listed as a deliverable document set) and a basic spares kit and tool kit. Replacement consumable parts, such as orifices, pump seal kits, and filters, must be available. Built with machine tool grade components designed for durability and accuracy in a production environment. Key components like the intensifier pump must withstand specified operating temperatures (e.g., ambient temperature range of 41� to 113� F or 5� to 45�C). Warranty and Support: Include a minimum 1-year warranty covering non-consumable parts for the entire system (gantry and pump). Only new equipment and parts. No refurbished products will be accepted. Technical and application support must be provided for the life of the machine at no charge. Support can be provided remotely via network connectivity. On-site installation and basic training must be included. A follow-up on-site advanced applications training visit must also be included. Additional training resources, such as online sessions and factory classes, should be available. Delivery: Destination. Vendor must deliver all required equipment to Camp Murray, WA 98430 no later than 60 days after award. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://www.acquisition.gov. Contractors must be actively registered with SAM at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://piee.eb.mil. FAR 52.204-6 Unique Entity Identifier FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-12 Unique Entity Identifier Maintenance FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items �all or none� is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference � SEE http://www.acquisition.gov DFARS 252.201-7000, Contracting Officer�s Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications � Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act�Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225�7055, Representation Regarding Business Operations with the Maduro Regime DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea�Alt III Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3a19ed990faa44c9ae4014efd65b309e/view)
- Place of Performance
- Address: Camp Murray, WA 98430, USA
- Zip Code: 98430
- Country: USA
- Zip Code: 98430
- Record
- SN07521077-F 20250725/250723230049 (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 |