ACU-2 Alignment and Preventative Maintenance

SOL #: FA930226Q0044Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA9302 AFTC PZZ
EDWARDS AFB, CA, 93524-1185, United States

Place of Performance

Edwards, CA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment (J041)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 6, 2026
2
Submission Deadline
May 15, 2026, 7:00 PM

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 seeking quotes for Annual Alignment and Preventative Maintenance services for Air Conditioning Unit 2 (ACU-2) at Edwards Air Force Base, CA. This 100% Small Business Set-Aside opportunity, identified as RFQ FA930226Q0044, aims to ensure the reliability of a critical Baldor motor. Quotes are due May 15, 2026, at 12:00 PM PDT.

Opportunity Details

  • Title: ACU-2 Alignment and Preventative Maintenance
  • Solicitation Number: FA930226Q0044
  • Agency: Department of the Air Force, FA9302 AFTC PZZ
  • Place of Performance: Edwards Air Force Base, Building 1030, Edwards, CA 93524
  • NAICS Code: 811310 "Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance" ($12.5M size standard)
  • Set-Aside: 100% Small Business

Scope of Work

The contractor will provide comprehensive planned maintenance and alignment services for a Baldor Reliance SuperE Motor (500 HP, 460V, 3 Phase, 3565 RPM, Frame 449TS) associated with ACU-2. Services include:

  • Annual Service Visits: At least one per year, covering bearing maintenance, vibration/temperature analysis, component inspection (motor housing, mounting, amperage, shaft coupling, electrical connections), lubrication change, and precision laser shaft alignment.
  • Troubleshooting & Repair: Responsibility for troubleshooting and repairing both bearing and electrical failures of the motor if unexpected issues arise.
  • Operational Checks: Post-service checks with baseline and final vibration/temperature readings.
  • Deliverables: A comprehensive service report, detailed vibration analysis, final laser alignment values, and recommendations for corrective actions.
  • Special Requirements: Personnel must be experienced and qualified. Compliance with base security (background checks, installation access, AT Level I training), OPSEC, environmental regulations (hazardous materials, waste management), and safety (OSHA, Safety and Health Plan) is mandatory. The Service Contract Act Wage Determination No. 2015-5603, Revision No. 30 for Kern County, CA, applies.

Contract & Timeline

  • Contract Type: Request for Quote (RFQ) leading to a purchase order. The base period is Firm Fixed Price.
  • Period of Performance: One base year plus four (4) one-year option periods, totaling five years.
  • Quote Due Date: May 15, 2026, at 12:00 PM PDT.
  • Questions Due Date: May 08, 2026, at 2:00 PM PDT.
  • Submission: Quotes must be submitted via email to both Karla Vazquez (karla_lizette.vazquez_montes@us.af.mil) and TSgt Jamil Minosa (jamil.minosa.2@us.af.mil). Maximum email file size is 10MB. Oral offers are not accepted.

Evaluation Criteria

Award will be made using a Lowest Price Technically Acceptable (LPTA) approach. Quotes will be ranked by price, and the lowest-priced technically acceptable offer will be selected. Technical acceptability is based on a proposal demonstrating a clear technical approach and capability to complete the required services in accordance with the Statement of Work. Failure to provide a full response or clearly demonstrate the technical approach will result in an unresponsive quote. The government intends to award without negotiations.

Required Quote Information

Offerors must utilize the SF1449 and a separate PDF quote, including pricing for all CLINs. Required contractor information includes SAM UEI, TIN, CAGE Code, Contractor Name, Payment Terms, Point of Contact, Email, Price, Warranty, Offer Expiration Date, FOB Destination, Period of Performance Terms, and a Technical Approach. Complete copies of applicable provisions (from SF1449) must also be included.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 6, 2026
ACU-2 Alignment and Preventative Maintenance | GovScope