Opportunity
SAM #F1S0AX6090A004
Annual Maintenance and Alignment for ACU-1 at Edwards Air Force Base
Buyer
Air Force Test Center
Posted
April 23, 2026
Respond By
April 29, 2026
Identifier
F1S0AX6090A004
NAICS
811310, 238220
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 for Air Conditioning Unit 1 (ACU-1). - Government Buyer: - United States Air Force, Air Force Materiel Command, Air Force Test Center (FA9302) - OEMs and Vendors: - Hoffman & Lamson (Blower Model 1857-AD) - Baldor (Motor for ACU-1) - Products/Services Requested: - Annual planned maintenance and alignment service for ACU-1 - Includes bearing maintenance and monitoring - Component inspection and evaluation - Lubrication and alignment - Operational checks - Comprehensive service reporting (including vibration analysis and recommendations) - Unique/Notable Requirements: - All work must be performed by experienced and qualified personnel - Service provider must be fully capable of maintaining and aligning the specified equipment - Five-year contract (one-year base plus four option years) - Equipment Details: - Hoffman & Lamson Blower, Model 1857-AD, S/N 940381 - Baldor Motor associated with ACU-1 - Place of Performance: - Edwards Air Force Base, California
Description
Description(s): SOURCES SOUGHT FOR ACU 1 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 1 (ACU1). 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: Hoffman & Lamson Blower Model: 1857-AD S/N: 940381
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 and evaluate the bearing housing, reservoir, retainers, hardware, gaskets, shims, and spacers. Inspect and evaluate the coupling, motor (including amp check), and throttle valve. Inspect the installation for pipe misalignment and foundation deficiencies. Inspect controls for surge/overload and perform operational adjustments. Inspect the air filter and provide recommendations. Lubrication and Alignment: Perform a complete lubrication change and inspect the oiler, if applicable. Conduct a laser shaft alignment to hot condition. Operational Checks: Perform a blower operational check, including vibration and bearing temperature readings, and check for surge conditions.
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. Recommendations for any corrective actions or additional 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.