Loading...
TEMP-10455724
Response Deadline
May 8, 2026, 11:00 PM(PDT)4 days
Eligibility
Contract Type
Sources Sought
Description(s): SOURCES SOUGHT FOR COOLING TOWER CONDENSER PUMP REPAIR AT NELLIS AFB.
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 all necessary labor, materials, equipment, and certified personnel to perform the removal, inspection, and attempt corrective repair of the seized Condenser Pump 2 and motor assembly. If the equipment is deemed repairable, the Contractor shall execute the repair and return the system to full operational status. The service is for the equipment located at Nellis Air Force Base.
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:
The Contractor shall provide all necessary labor, materials, equipment, and certified personnel to perform the removal, inspection, and attempt corrective repair of the seized Condenser Pump 2 and motor assembly. If the equipment is deemed repairable, the Contractor shall execute the repair and return the system to full operational status.
3.1 Conditional Replacement Clause. This requirement specifically authorizes the removal, inspection, and attempted repair of the seized components. If upon inspection, the Contractor determines that the pump or motor assembly is beyond economical repair and requires full replacement, the Contractor shall halt repair actions and submit a follow-on quote for Government approval prior to
proceeding with replacement.
3.2 Specific Tasks. The Contractor shall perform the following specific labor and material tasks:
3.2.1 Site Prep & Safety.
3.2.1.1 Conduct mobilization and coordinate site access with 445 TS/EWJX facility managers.
3.2.1.2 Execute proper Lockout/Tagout (LOTO) procedures and ensure complete system isolation prior to beginning work.
3.2.2 Inspection & Diagnostics.
3.2.2.1 Safely remove the seized pump and motor assembly.
3.2.2.2 Inspect the unit and attempt to free the seized components to determine repairability.
3.2.3 Repair & Material Provision.
3.2.3.1 If repairable, perform bearing replacement labor.
3.2.3.2 Provide all necessary replacement materials, including motor bearings (as required), gaskets, seals, consumables, and miscellaneous installation hardware.
3.2.4 Testing & Restoration.
3.2.4.1 Reinstall the repaired pump and motor assembly.
3.2.4.2 Perform precise system alignment.
3.2.4.3 Conduct operational testing to verify the unit functions correctly under normal load conditions.
3.3 Warranty.
All work and parts shall be covered by a one-year warranty.
Deliverables
The contractor shall be responsible for delivery and installation support of all required materials.
Period of Performance
To Be Determined. Please submit your projected period of performance.
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 4:00 PM Pacific Daylight Time on Friday 8 May 2026.
Anne Beach
JAMIL MINOSA
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE TEST CENTER
FA9302 AFTC PZZ
FA9302 AFTC PZZ
CP 661 277 4503
5 SOUTH WOLFE AVE BLDG 2800
EDWARDS AFB, CA, 93524-1185
NAICS
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)