C-5 Nose Landing Gear Door Actuator Assemblies
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 the overhaul of C-5 Nose Landing Gear (NLG) Door Actuator Assemblies. This effort will utilize a Requirements Type Contract with a five-year period of performance. The acquisition will be awarded based on Lowest Price Technically Acceptable (LPTA) criteria. The Request for Proposal (RFP) is anticipated to be released in May 2026.
Scope of Work
This opportunity involves the overhaul of specific C-5 NLG Door Actuator Assemblies, which are critical components of the C-5 NLG Door Actuation System. These actuators are responsible for holding the NLG doors open when the gear is extended and closing them to streamline the aircraft when retracted. The specific National Stock Numbers (NSNs) and Part Numbers (PNs) for the assemblies are:
- LH Actuator Assembly: NSN: 1680-01-160-6520UC, PN: 177560-32
- RH Actuator Assembly: NSN: 1680-01-160-6519UC, PN: 177560-33
- LH Actuator Assembly: NSN: 1680-01-237-0231UC, PN: 177560-34
- RH Actuator Assembly: NSN: 1680-01-237-0230UC, PN: 177560-35
Best Estimated Quantities (BEQ) for each NSN are 10 units for the basic year and alternating 9 or 10 units for each of the four ordering periods.
Contract & Timeline
- Type: Requirements Type Contract, Full and Open Competition
- Duration: Five (5) years (one base year + four one-year ordering periods)
- Set-Aside: None (Full and Open Competition)
- Evaluation: Lowest Price Technically Acceptable (LPTA)
- RFP Release: Anticipated May 2026
- Published: April 7, 2026
- Response Date (Presolicitation): April 22, 2026
Additional Notes
The RFP will be posted on the SAM.gov webpage, and no hard copies will be provided. Technical data required for response will also be available on the same website. Offerors are encouraged to register on SAM.gov to receive notifications regarding the solicitation and any amendments. One or more items under this acquisition are subject to the Buy American Act.
Contact Information
- Primary: Alyssa Tanner (alyssa.tanner.1@us.af.mil)
- Secondary: Stacylee Johnson (stacylee.johnson.1@us.af.mil)