This is a Sources Sought (SS) notice issued solely for market research purposes in accordance with FAR Part 10. The
purpose of this notice is to identify potential sources certified and capable of providing HAAS-OMAX Maintenacne at Moody Air Force Base (AFB), Georgia.
This is not a solicitation and does not constitute a Request for Proposal (RFP), Request for Quotation (RFQ), or
Invitation for Bid (IFB). This notice should not be construed as a commitment by the Government to issue a
solicitation or award a contract. No reimbursement will be made for any costs associated with providing information
in response to this announcement. It is the responsibility of the potential quoters to monitor SAM.gov for additional
information pertaining to this requirement.
Requirement Overview:
General: This is a non-personnel service to provide HAAS – OMAX Preventative and Reactive Maintenance. 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.
Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform HAAS – OMAX Preventative and Reactive Maintenance as defined in the Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.
Objective: The objective of this sources sought is to seek potential sources capable in providing preventative maintenance services on a bi-annual basis for the HAAS equipment, and on a quarterly basis for the OMAX equipment. In the event of an emergency, contractor will also provide reactive maintenance within 96 hours in order to get the equipment up and running.
Scope: The Contractor will provide all preventative maintenance parts and labor to perform preventative and reactive maintenance on the equipment stated above. Services include:
- Comprehensive Calibration Analysis
- Vibration Analysis
- Drawbar Force Test
- Geometry Inspection
- The contractor shall maintain and inspect:
• Mills and Lathes
o Mechanical System Check machine level Verify spindle sweep
o Check gear shift operation*
o Check spindle lube and air blast
o Check spindle orientation alignment
o Check shot pin operation*
o Change gearbox oil
o Check backlash in X, Y
o Additionally Z for mills and lathes
o Inspect drive belts
o Inspect and adjust tool changer system
o Inspect spindle taper condition
o Inspect way covers & wipers
o Check draw bar height
o Inspect rigid tap encoder operation*
o Check tool change operation
o Clean/lubricate tool changer
o Inspect counterbalance system
o Inspect lines, hoses and cables
o Clean way lube system
o Clean filters
o Inspect lines and fittings
o Verify lube/pump operation
o Coolant System: Remove/check pump and motor
• OMAX Cantilevers
o Inspect ball-screws, traction drives
o Replace all servo belts
o Replace all filters
o Grease or oil all lubrication points
o Rebuild the OMAX pump, includes one major Rebuild Kit
o Inspection of the plungers
o Inspect / rebuild all swivels using swivel rebuilt kits
o Table inspection (30-point inspection for OMAX/22 Point Inspection for Maxiem) Check and reset pressure settings
o Install the latest revision of IntelliMax software (when permitted by regulations)
• OMAX Bridges
o Inspect ball screws and traction drives
o Replace all servo belts
o Replace all filters
o Grease or oil all lubrication points
- o Rebuild the OMAX, or MAXIEM, pump; includes one major pump rebuild kit
o Inspection of the plungers
o Inspect/rebuild all swivels using swivel rebuild kits
o Table inspection (30 point inspection for OMAX/22 Point Inspection for Maxiem)
o Check and reset pressure settings
o Install the latest revision of IntelliMax software (when permitted by regulations)
Interested businesses should submit a capability statement addressing the following:
A. Company Information
1. Business Name
2. Address
3. CAGE Code & SAM UEI
4. Point of Contact (name, email, phone)
B. Capability Statement
Provide a summary of your company’s relevant experience and certifications on the specific machinery.
Describe your company’s ability to meet the staffing, training, and quality assurance requirements as
outlined in the PWS.