Vibration Analyzer, Portable Balancing System (PBS) 4100+
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 (AFLCMC WNKAA) is conducting market research through this Request for Information (RFI) to identify potential sources for the design, qualification, production, and repair of the Vibration Analyzer, Portable Balancing System (PBS) 4100+ (NSN: 6635-01-630-9391) and its various accessory kits. The PBS-4100+ is critical for trim balance and vibration diagnostics on gas turbine engines and rotating machinery across Air Force aircraft platforms. Responses are due by March 10, 2026.
Scope of Work
The PBS-4100+ is a rugged, portable system used to perform trim balance and vibration diagnostics on gas turbine engines and other rotating machinery. It automatically collects and records vibration data, calculates precise balance solutions, and determines specific balance weights. The RFI seeks capabilities for:
- Design
- Qualification
- Production
- Repair of the PBS-4100+ and associated accessory kits (e.g., KC-135, KC-46, B-1, A-10, C-5, E-4, U-2, B-2, B-52 kits).
Contract & Timeline
- Type: Request for Information (RFI) for market research purposes.
- Anticipated Contract: A 5-year contract (12-month basic year + 4 one-year ordering periods) is envisioned for the future. Repairs are to be completed within 30 days of asset receipt.
- Set-Aside: None specified (market research stage). Both large and small businesses are encouraged to participate, with joint ventures and teaming arrangements also welcomed. Respondents should identify areas suitable for small business set-asides.
- Response Due: March 10, 2026 (close of business).
- Published: February 19, 2026.
Key Considerations
- Original Equipment Manufacturer (OEM): Mechanical Technology Instruments (CAGE Code: 26741) is the sole owner of the technical data required for this item. The Government does not possess this data.
- Commercial Item: The system is considered a commercial item, also used by major commercial airlines, indicating its non-military unique nature.
- Samples: Samples of the test set are not available for potential developers/suppliers to evaluate.
- Contractor Responsibilities: Future contractors will be responsible for furnishing all materials, support equipment, tools, test equipment, and services, including maintaining and calibrating all required support equipment.
Submission Instructions
Interested parties should submit a Statement of Capabilities electronically to the Contracting Officer and Program Manager. Documentation supporting capabilities is essential. If lacking experience in an area, explain how it would be overcome (e.g., teaming, subcontracting). Responses should identify any work areas that could be exclusively for Small Business.
Additional Notes
This RFI is for planning purposes only and does not guarantee a future solicitation or contract award. The Government will not reimburse participants for RFI expenses. Information received will solely inform the decision on whether to conduct a competitive procurement.