Loading...
F1S0AX6090A004
Response Deadline
Apr 29, 2026, 6:00 PM(PDT)6 days
Eligibility
Contract Type
Sources Sought
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.
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:
Deliverables
Upon completion of the annual service visit, the contractor shall provide a comprehensive service report that includes:
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.
Abel Alcantar
Anne Beach
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
No Set aside used