C-5 Visor Door Actuator Overhaul
ID: fa8538-25-R-0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8538 AFSC PZAABROBINS AFB, GA, 31098-1670, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Visor Door Actuator under solicitation number FA8538-25-R-0003. This Request for Proposal (RFP) seeks qualified vendors to provide depot-level overhaul services for a critical component of the C-5 Galaxy cargo aircraft, with the contract structured as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. The selected contractor will play a vital role in maintaining operational readiness for the C-5 aircraft, which is expected to remain in service until its retirement in 2040. Interested parties must submit their proposals by 5:00 PM EST on March 22, 2025, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the repair and maintenance of electronic and precision equipment under solicitation number FA8538-25-R-0003. Accepted offers must adhere to specified terms and conditions while remaining valid for a period of 120 days. The contract is intended for diverse supplier categories, including small, women-owned, and veteran-owned businesses, with a size standard of $34 million as indicated by the NAICS code 811210. The acquisition consists of multiple ordering periods lasting from one to five years, with detailed specifications for the repair of C-5 Visor Door Actuators, including delivery rates and acceptance procedures. All vendors are required to follow strict quality assurance practices and documentation requirements, including submitting invoices correctly for payment. The RFP highlights the importance of rigorous inspection and compliance, emphasizing safety and regulatory adherence throughout the contract lifecycle. This initiative reflects the government’s commitment to utilizing diverse businesses while maintaining essential equipment operationally.
    The document outlines a Source Qualification Statement for the Actuation Mechanism, Visor Door (NSN 1680-00-402-9812). It highlights the need for engineering source approval to ensure the part's integrity due to its critical safety designation. Comprehensive control of processes is crucial for the complex design, as failures could jeopardize aircraft safety and crew lives. To qualify, bidders must demonstrate capabilities, experience in repairing similar components, in-house repair workload of over 50%, and adhere to quality standards like ISO 9002. They must also conduct thorough overhauls and pass tests according to specified technical orders. Notably, companies already qualified for the part are exempt from re-qualification. The estimated cost for developing a Source Approval package is indicated as $0, and potential bidders are instructed to submit their responses by May 8, 2024, to the designated government contacts. This document represents a structured approach to safeguard military aircraft through stringent qualification processes for critical components, ensuring compliance with government engineering standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    C-5 Trunnion Bearing, Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Trunnion Bearing under contract number FA8538-25-R-0004. This Request for Proposal (RFP) seeks to establish a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for depot-level overhaul services, which are critical for the maintenance of the C-5 Galaxy cargo aircraft. The Trunnion Bearing is a safety-critical component that plays a vital role in the operation of the aircraft's main landing gear, with services required to meet quarterly demands and support operations until 2040. Interested vendors must be registered in the Joint Certification Program and submit proposals by 5:00 PM EST on March 10, 2025, with inquiries directed to Phillip Russell at phillip.russell.9@us.af.mil and Deborah Manly at deborah.manly@us.af.mil.
    Repair of C-5 Valve Body Assembly NSN: 1660-00-192-2624
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the C-5 Valve Body Assembly, identified by NSN: 1660-00-192-2624. This procurement is a total small business set-aside, aimed at ensuring participation from small business entities, and encompasses a five-year contract with a three-year base period and a two-year option period. The successful contractor will be responsible for adhering to stringent quality control measures and reporting requirements, which are critical for maintaining the operational readiness of military aircraft. Proposals are due by February 5, 2025, and interested parties can contact Morgan Mcgarity at morgan.mcgarity@us.af.mil or Chelsie Hannah at chelsie.hannah@us.af.mil for further information.
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft parts under the contract FA822025RB004, aimed at supporting Foreign Military Sales (FMS) countries. The procurement involves teardown, testing, evaluation, repair, and overhaul of various components, with detailed requirements outlined in the Request for Proposal (RFP) including specific Contract Line Item Numbers (CLINs) and associated conditions. This initiative is crucial for maintaining operational readiness and capability of military assets, ensuring compliance with federal acquisition regulations. Interested contractors must submit their proposals by February 28, 2025, and can direct inquiries to Danielle Stiff at danielle.stiff.1@us.af.mil or by phone at 1-801-777-8416.
    PARTS KIT, ACTUATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Parts Kit, Actuator, specifically for the C-5 Aircraft, under a presolicitation notice. The procurement involves an Indefinite Quantity Contract with an estimated maximum order quantity of 508 units over a five-year period, with a delivery schedule of 164 days after receipt of order. This critical application item falls under the NAICS code 336413 and is designated as a Total Small Business Set-Aside, emphasizing the importance of small business participation in defense contracting. Interested vendors must submit their proposals by fax and are encouraged to review the solicitation documents available on the DLA Internet Bid Board System, with the issue date set for January 17, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    CONTROL WHEEL, AIRC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of control wheels for C-5 and C-17 aircraft, identified by NSN: 1680-002417901 and part number 720-5004. The contract will be an Indefinite Quantity Contract with a delivery schedule of 307 days after receipt of order and a five-year ordering period, allowing for a maximum order quantity of 20 units. These components are critical for aircraft operations, emphasizing the importance of reliable supply in maintaining military readiness. Interested vendors must submit their proposals by fax to (804) 279-4165, and the solicitation will be available on the DLA Internet Bid Board System starting January 6, 2025. For further inquiries, contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    Overhaul of B-1 Hydraulic Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of B-1 hydraulic motors under Solicitation FA8118-25-R-0025. This procurement involves a one-year firm fixed-price requirements contract, where the selected contractor will be responsible for disassembly, cleaning, inspection, reassembly, and testing of the hydraulic motors to restore them to a like-new condition. The overhaul is critical for maintaining operational readiness and ensuring the reliability of essential defense equipment. Proposals are due by March 3, 2025, at 3:00 PM, and interested parties should direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil.
    C-5 Landing Gear Right-angle Gearbox Remanufacturing
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the remanufacturing of the C-5 Landing Gear Right Angle Gearbox. The government intends to issue a sole source solicitation to Sargent Aerospace & Defense LLC, as they hold the proprietary data necessary for this remanufacturing process, which must comply with Technical Order 4S2-70-3. This gearbox is critical for the operational readiness of the C-5 aircraft, and the government is exploring whether this effort can be competitive or set aside for small businesses. Interested parties are encouraged to submit their company information and relevant experience to William Lee at william.lee.66@us.af.mil by the specified deadline, although no costs incurred in response will be reimbursed.
    FA8119-24-R-0004, Synopsis for Repair and Overhaul of KC-135 Cowlings
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the repair and overhaul of KC-135 cowlings under solicitation number FA8119-24-R-0004. The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing of both left-hand and right-hand cowlings, as well as inlet nose cowlings, with specific quantities and options outlined for each line item. This requirement is critical for maintaining military readiness and safety standards, and it is not set aside for small businesses due to the complexity of the tasks, with The Boeing Company identified as the only approved source. Interested parties should note that the solicitation is expected to be issued on December 20, 2024, with a closing date of January 19, 2025; for further inquiries, they may contact Brandy Martin at brandie.martin.1@us.af.mil or Mark C. Green at mark.green.29@us.af.mil.
    17--ACTUATOR,ASSY,CROV,, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking proposals for the repair of an actuator assembly (NSN 7R-1710-016485009-EY) essential for aircraft landing equipment. The procurement involves a competitive solicitation for one unit, with the expectation that the award will be made to the Original Equipment Manufacturer, Northrop Grumman Systems Corp, or other approved sources, as the government does not possess the necessary data to procure from alternative suppliers. Interested parties must submit their capability statements within 15 days of this notice, with the solicitation expected to be issued on February 10, 2025, and proposals due by March 10, 2025. For further inquiries, contact Jason J. Sklencar at jason.sklencar@navy.mil.
    C-130J PROPS AND SPARES
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the procurement of R391 propellers and spare parts to support the operational readiness of the C-130J aircraft. This acquisition is essential for maintaining the fleet's efficiency and includes depot-level repair and overhaul services, with a focus on timely availability to minimize aircraft downtime. The contract will be awarded on a sole-source basis to GE Aviation Systems LLC (DBA: Dowty Propellers) and encompasses a three-year period with options for extension, requiring compliance with military standards for packaging, transportation, and quality assurance. Interested parties can contact Clevetta Brown at clevetta.brown@us.af.mil or Erica Carter at erica.carter.3@us.af.mil for further details, with proposals due by February 28, 2025.