C-5 Trunnion Bearing, Overhaul
ID: FA8538-25-R-0004_RFPType: 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- BEARINGS (J031)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the overhaul of the C-5 Trunnion Bearing under contract FA8538-25-R-0004. This Request for Proposal (RFP) seeks qualified contractors to provide depot-level overhaul services for the Trunnion Bearing, a critical component of the C-5 Galaxy cargo aircraft's main landing gear, ensuring operational safety and reliability until 2040. The contract is structured as a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. Interested vendors must register in the Joint Certification Program to access technical data and submit proposals by the extended deadline of May 22, 2025. For inquiries, contact Phillip Russell at phillip.russell.9@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the services required for remanufacturing the C-5 Main Landing Gear Trunnion Bearing Assembly, which is essential for the U.S. Air Force's C-5 cargo operations. The contractor is tasked with utilizing all necessary resources for inspecting, testing, and repairing the assembly to meet the specified quality standards and timelines. Key objectives include ensuring that remanufactured components pass government inspections and maintaining accurate reports on repair progress. The contract will last five years and requires the contractor to adhere to strict guidelines regarding government property management, supply chain risk management, and compliance with quality assurance. The emphasis on replacing bearing balls with new ones and the contractor's responsibility for timely reporting further highlight the importance of maintaining high operational reliability. Overall, this procurement initiative aims to enhance the readiness of C-5 aircraft through efficient maintenance while ensuring adherence to federal regulations and quality standards.
    This document is an amendment to a government solicitation, specifically contract FA8538-25-R-0004-0001, concerning performance work requirements for military aircraft (F-15, C-130, & C-5) by the U.S. Air Force. The key changes include the replacement of the previous Performance Work Statement (PWS) with a new version dated March 7, 2025, and the extension of the deadline for proposals to April 16, 2025, at 5:00 PM EST. It emphasizes the necessity for contractors to acknowledge receipt of the amendment and maintain compliance with all other contractual terms, which remain unchanged. The purpose of this amendment is to ensure clarity in the requirements while providing an updated framework for bidders to prepare their proposals effectively. This reflects the federal government's ongoing process of refining solicitation documents to adapt to evolving project needs and timelines, ensuring both compliance and project quality.
    The document serves as an amendment to solicitation FA853825R0004 for a contract identified as FA8538-25-R-0004-0002. It is issued by the United States Air Force at Robins AFB, Georgia, with buyer Phillip B. Russell listed as the contact person. The amendment extends the deadline for submitting offers from April 16, 2025, to May 22, 2025, at 5:00 PM EST, allowing potential contractors more time to respond. The amendment specifies that all other terms and conditions of the original solicitation remain unchanged, emphasizing the administrative nature of this modification. The acknowledgment of this amendment is required from offerors before the specified deadline to ensure their submissions are considered valid. This document reflects routine administrative procedures in federal contracting, highlighting compliance and the importance of maintaining communication with potential contract bidders.
    The document is a solicitation for contract number FA8538-25-R-0004, aimed at acquiring electronic and precision equipment repair and maintenance services for the U.S. government, specifically the Air Force. Issued by Robins Air Force Base in Georgia, the solicitation outlines the requirements for service delivery, including timeline constraints and a range of items to be repaired and maintained. The request is open to both qualified and unqualified sources, indicating flexibility for potential contractors. Key components include the terms of performance spanning multiple ordering periods with options for annual extensions, quality assurance stipulations, inspection and acceptance criteria, and compliance with various government regulations regarding procurement. The emphasis on small business set-asides shows a commitment to supporting diverse commercial participation. Additionally, specific reporting requirements and contract data forms, such as the CDRL (Contract Data Requirements List), ensure that contractors adhere to rigorous accountability and monitoring standards. Overall, this document reflects the structured approach of government procurement processes, ensuring that contractors fulfill defined obligations while promoting fair competition and compliance with relevant guidelines.
    The Q&A document pertains to the federal Request for Proposal (RFP) FA8538-25-R-0004 for the C-5 Trunnion Bearing project. It outlines updates regarding the Technical Data Package (TDP) and the Performance Work Statement (PWS). Initially, the TDP was deemed incomplete, prompting ongoing reviews and necessary amendments. As of March 19, 2025, the TDP has been updated and will be provided to Offerors upon request. An amended RFP will also be issued once the updated TDP is finalized. Furthermore, the solicitation deadline has been extended, with proposals now due by April 16, 2025. The updates aim to ensure that all prospective bidders have access to complete documentation and relevant information for their proposals, reflecting a commitment to transparency and readiness for the procurement process. This initiative underscores the importance of accurate documentation in federal contracting and the collaborative engagement between the government and industry stakeholders.
    The government document addresses questions related to the C-5 Trunnion Bearing RFP (FA8538-25-R-0004) as of March 4, 2025. A key inquiry pertains to the completeness of the Bidset/Technical Data Package (TDP), which currently lacks additional documentation referenced in the Performance Work Statement (PWS). The response confirms that the TDP is under review and will be amended to include the missing information. An amended RFP will be posted following the completion of the revised TDP, with an extension of the due date for proposals as necessary. Furthermore, the updated TDP will be provided to all prospective bidders. The document highlights the transparent communication process in government contracting, ensuring that contractors are equipped with complete and accurate documentation to facilitate proposal submissions.
    The document outlines the pre-qualification requirements for potential contractors seeking approval to manufacture and remanufacture the C-5 MLG Trunnion Bearing for the U.S. Air Force. It specifies that all bidders must submit a Source Approval Request to be considered, ensuring that the parts meet quality and integrity standards. Key points include the necessity of demonstrating manufacturing capabilities, adherence to ISO 9002 quality standards, and a detailed re-manufacturing plan. Contractors must document material sources and processes, with a requirement to perform 75% of re-manufacturing in-house. Conditional approval is possible during the qualification process, contingent upon passing a first article test. Companies already pre-qualified, such as RBC Aerospace Bearings and Sargent Aerospace and Defense, are exempt from this process. The Government's Point of Contact is provided for any inquiries, and submissions must be completed by June 28, 2024, through electronic means. The document highlights the critical importance of the bearing's function, as failure could endanger aircraft and crew safety, emphasizing the need for stringent quality controls in government procurement processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    BELLOWS ASSEMBLY, FI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Bellows Assembly for C-5 Aircraft, identified by NSN: 1680-01-192-2609. The contract will be an Indefinite Quantity Contract with a term of 60 months, requiring delivery within 400 days after receipt of order, and is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical as it supports the operational readiness of military aircraft, and the estimated annual quantity for the base period is 80 units. Interested vendors must submit a written proposal and complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    17--TRUNION STRUT,LANDI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking to procure five units of the Trunion Strut, Landi, identified by NSN 7R-1710-015209780-QE and reference number 74A430801-1005. This procurement requires engineering source approval to ensure the quality of the part, necessitating that the acquisition or repair be conducted by approved sources with unique design capabilities and manufacturing knowledge. The Trunion Strut is critical for aircraft landing equipment, underscoring its importance in maintaining operational readiness. Interested parties should contact Sara E. Pagan-Ramos at (267) 660-7481 or via email at SARA.PAGAN-RAMOS@DLA.MIL for further details, noting that proposals must be submitted within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    GEARBOX,LANDING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    Bearing, Ball, Annula
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Ball Bearings, specifically the Annula type, as part of a presolicitation notice. The bearings are critical components for the F100 aircraft engine, and the contract will involve a firm fixed price for an estimated quantity of 88 units, with a delivery deadline of March 10, 2027. Interested suppliers should note that the solicitation will be available for download on sam.gov, with proposals due by January 29, 2026, and any inquiries can be directed to Keith Russ at keith.russ@us.af.mil.
    DUCT ASSEMBLY, BLEED
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the procurement of Duct Assembly, Bleed for the C-5 Aircraft, identified by NSN: 1560-00-728-9480. This procurement involves an Indefinite Quantity Contract with an estimated annual requirement of 80 units over a 5-year base period, with a delivery schedule of 285 days after receipt of order. The items are critical for aircraft operations and are subject to export control and configuration control regulations. Interested vendors must submit a written proposal in response to the solicitation, which will be available on or about December 8, 2025, via the DLA Internet Bid Board System (DIBBS). For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    SPRRA1-26-R-0002/NSN: 1615-01-141-7532/ NOUN: COUPLING ASSY,SERVO
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for the acquisition of 371 Coupling Assembly, Servo units (NSN 1615-01-141-7532, Part Number 70400-06100-042) as part of Solicitation Number SPRRA1-26-R-0002. This procurement includes critical requirements such as Contractor First Article Test, Production Lot Test, and compliance with The Army Maintenance Management System-Aviation (TAMMS-A), as the item is classified as a Critical Safety Item. Proposals must be submitted in writing by December 5, 2025, to the primary contacts, Stacy Hood and Christopher Butler, who can be reached at their respective emails and phone numbers for further inquiries. Certified Cost and Pricing Data is required for non-commercial items exceeding $2,500,000, and proposals should include a simulated delivery schedule and acknowledge all RFP terms.
    Machine Bearings Per Spreadsheet
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of machine bearings, with a contract completion timeline of 120 days after receipt of order (ARO). The solicitation will include a complete technical data package and is set to be 100% small business set aside, emphasizing the importance of supporting small enterprises in the defense supply chain. Interested vendors should note that the Request for Proposal (RFP) SPE4A8-26-Q-0015 is anticipated to be issued on December 17, 2025, with a closing date of January 20, 2025, and should direct any inquiries to Ashley Crockett at ashley.crockett@dla.mil.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.