ACU-1 Alignment and Preventative Maintenance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is conducting market research through a Sources Sought / Request for Information (RFI) to identify qualified contractors for ACU-1 Alignment and Preventative Maintenance services at Edwards Air Force Base, CA. This RFI aims to gather information on potential sources for a comprehensive planned maintenance and alignment service for a critical Baldor motor associated with Air Conditioning Unit 1 (ACU1). Responses are due by April 29, 2026, at 9:00 AM Pacific Daylight Time.
Scope of Work
The contractor will provide all necessary labor, parts, and expertise for at least one annual service visit for a Hoffman & Lamson Blower (Model: 1857-AD, S/N: 940381). Key tasks include:
- Bearing Maintenance & Monitoring: Vibration and temperature analysis, with bearing replacement only if outside specifications.
- Component Inspection: Evaluation of bearing housing, reservoir, retainers, hardware, gaskets, shims, spacers, coupling, motor (including amp check), throttle valve, pipe misalignment, foundation deficiencies, controls, and air filter.
- Lubrication and Alignment: Complete lubrication change and laser shaft alignment to hot condition.
- Operational Checks: Blower operational check, including vibration and bearing temperature readings, and surge condition checks.
Upon completion, a comprehensive service report, vibration analysis report, and recommendations for corrective actions will be required.
Anticipated Contract & Timeline
- Type: Sources Sought / Market Research (not a solicitation)
- Anticipated Duration: One-year base period with four (4) one-year option periods, for a total possible duration of five years.
- Set-Aside: None specified for this RFI; market research is to identify potential sources and their size classifications (Small Business, Large Business, etc.). The potential NAICS code is 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), with a Small Business Size Standard of $12.5 million.
- Response Due: April 29, 2026, 9:00 AM PDT.
- Published: April 23, 2026.
Information Requested
Interested offerors capable of fully supporting this requirement must furnish:
- Company name, SAM UEI, CAGE Code, address, points of contact, phone numbers, and email addresses.
- A brief description of previous experience providing this type of service (clear, concise, complete).
- Identification of business size (small or large) and socioeconomic disadvantaged category.
- Any other information deemed useful to the Air Force.
- Information packages should be limited to no more than 3 pages. Partial support responses will not be accepted.
Additional Notes
This is for information only and is not a solicitation for proposals. No contract will be awarded from this synopsis, and no reimbursement will be made for response costs. The Air Force is not obligated to provide feedback or contact companies for clarification.