Opportunity

SAM #PZZG0422

Annual Maintenance and Alignment Services for Baldor Reliancer Super-E Motor at Edwards Air Force Base

Buyer

Air Force Test Center

Posted

April 22, 2026

Respond By

April 29, 2026

Identifier

PZZG0422

NAICS

811310

The Air Force Test Center at Edwards Air Force Base is seeking sources for a five-year contract to provide annual alignment and preventative maintenance services for a Baldor Reliancer Super-E Motor used in Air Conditioning Unit 2 (ACU-2). - Government Buyer: - United States Air Force, Air Force Test Center (AFTC), FA9302 office - OEM Highlight: - Baldor is the Original Equipment Manufacturer for the Reliancer Super-E Motor - Products/Services Requested: - Annual planned maintenance and alignment service for Baldor Reliancer Super-E Motor (specification #A44-8329-2746, serial #A1802022089, bearings Drive/Opp #65BC03J30X) - Services include: - Bearing maintenance and monitoring (vibration and temperature analysis, replacement if needed) - Component inspection and evaluation (motor housing, mounting hardware, foundation, shaft coupling, electrical connections) - Lubrication and alignment (complete lubrication change, precision laser shaft alignment) - Operational checks (baseline and final vibration and bearing temperature readings) - Comprehensive service report, vibration analysis, laser alignment documentation, and recommendations for corrective actions - Unique Requirements: - All work must be performed by qualified personnel - Detailed reporting and documentation required - Place of Performance: - Edwards Air Force Base, California

Description

Description(s):  SOURCES SOUGHT FOR ACU 2 ALIGNMENT AND PREVENTATIVE MAINTENANCE – 5 YEAR OPTION CONTRACT

THIS IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST.  

1. Purpose.

This is a Request for Information in support of Market Research being conducted by the United States Air Force to identify potential sources for a contractor to provide a comprehensive planned maintenance and alignment service for a critical Baldor motor associated with Air Conditioning Unit 2 (ACU-2). The service is for the equipment located at Edwards Air Force Base. The purpose of this service is to ensure the enhanced reliability of the equipment, prevent costly downtime, and address any operational issues through expert preventative maintenance.

2. Requirement.

Equipment: Baldor Reliancer Super-E Motor Specification #: A44-8329-2746 Serial #: A1802022089 Bearings: Drive/Opp #65BC03J30X

Scope of Work

The contractor shall provide all necessary labor, parts, and expertise to perform at least one annual service visit. During this visit, the following tasks will be performed:

Bearing Maintenance & Monitoring: Perform vibration and temperature analysis on motor bearings (Drive End and Opposite Drive End). Replace bearings only if analysis indicates they are outside of operational specifications. Component Inspection and Evaluation: Inspect motor housing, mounting hardware, and foundation for deficiencies. Perform a motor amperage (amp) check to verify operational load. Inspect and evaluate the shaft coupling connecting the motor to the air conditioning unit. Inspect electrical connections for integrity and signs of wear or overheating. Lubrication and Alignment: Perform a complete lubrication change on motor bearings in accordance with manufacturer specifications. Conduct a precision laser shaft alignment of the motor to the driven equipment (ACU). Operational Checks: Perform a full operational check of the motor post-service, including baseline and final vibration and bearing temperature readings.

Deliverables

Upon completion of the annual service visit, the contractor shall provide a comprehensive service report that includes:

A detailed summary of all work performed. A complete vibration analysis report with baseline and final readings. Documentation of the final laser alignment values. Recommendations for any corrective actions or future parts required.

Period of Performance

The contract will consist of a one-year base period with four (4), one-year option periods to extend services, for a total possible duration of five years.

Other Miscellaneous

All work must be performed by experienced personnel who are qualified to perform the scope of work and meet the requirements of the SOW. 

3. Information requested.

The Government requests interested offerors that can fully support this requirement furnish the following information:

a. Company name, SAM Unique Entity ID (UEI) and Cage Code, address, points of contact, phone numbers and e-mail addresses.

b. Information should include a brief description of previous experience providing this type of service. The information package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request.

c. Identification of business size (small or large) and identify the socioeconomic disadvantaged category, as defined in RFO 19 and currently listed in the System for Award Management (SAM). Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at www.sba.gov/size/sizetable2002.html. The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 811310 “Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance”. The Small Business Size Standard is $12,500,000.00.

d. Any other information deemed useful to the Air Force. Information packages should be limited to no more than 3 pages.

4.  Inquiries. Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted.

The due date and time for responses to this Request for Information is 9:00 AM Pacific Daylight Time on Friday 29 April 2026.

View original listing