C-5 Main Landing Gear Hydraulic Brake Assembly
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 (USAF) is planning a Full and Open Competition for a ten-year Requirements Type Contract for the overhaul of C-5 Main Landing Gear Hydraulic Brake Assemblies (NSN: 3040-01-236-5742UC, PN: 42357-30). The acquisition will utilize a Lowest Price Technically Acceptable (LPTA) evaluation method. The Request for Proposal (RFP) is anticipated for release in May 2026.
Scope of Work
This opportunity involves the overhaul of hydraulic brake assemblies that are integral to the C-5 Main Landing Gear and Door Actuation Assembly. The overhaul services include:
- Tear-down, Testing, and Evaluation (TT&E)
- Packaging, handling, storage, and transportation
- Data collection
The hydraulic brake is designed to be spring-released and engages during emergency extension through hydraulic pressure, clamping brake plates to lock the shaft.
Contract & Timeline
- Contract Type: Requirements Type Contract
- Duration: Ten (10) years, consisting of a one-year basic period, four one-year ordering periods, and an option to extend for an additional five one-year ordering periods.
- Estimated Quantity: Best Estimated Quantity (BEQ) of 56 EA per year.
- Set-Aside: Full and Open Competition
- Evaluation: Lowest Price Technically Acceptable (LPTA)
- RFP Release: Anticipated May 2026
- Posting Location: SAM.gov (no hard copies will be provided)
- Technical Data: Will be available on SAM.gov
- Compliance: One or more items are subject to the Buy American Act.
- Registration: All vendors must be registered in SAM.gov to submit a bid, proposal, or quotation.
Place of Performance
The place of performance is Warner Robins, GA, United States.
Contact Information
- Primary: Alyssa Tanner (alyssa.tanner.1@us.af.mil)
- Secondary: Jeanette Jordan (jeanette.jordan.2@us.af.mil)