C-5 Landing Gear Right-angle Gearbox Remanufacturing
ID: FA820325R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8203 AFSC PZAAB2HILL AFB, UT, 84056-5825, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT LANDING GEAR COMPONENTS (1620)
Timeline
  1. 1
    Posted Mar 10, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacturing of C-5M Nose Landing Gear Right Angle Gearboxes under solicitation FA8203-25-R-0004. The procurement aims to restore defective gearboxes to a serviceable condition, ensuring compliance with stringent technical specifications and acceptance testing, with an estimated maximum need of nine gearboxes per year over a five-year contract period. These gearboxes are critical components for the C-5 aircraft, playing a vital role in the safety and operational reliability of military operations. Interested vendors must submit their proposals by April 10, 2025, and can contact William Lee at william.lee.66@us.af.mil or Christina Witt at christina.witt.2@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Mar 10, 2025, 8:07 PM UTC
The document outlines specifications for a Gearbox Assembly, AC, identified by NSN 1620011606351LE, required by the 417 SCMS. This gearbox transmits power from two outputs of the main gearbox to ballscrew drive assemblies, facilitating retraction, extension, and kneeling functions. Key dimensions include a length of 10 inches, width of 8 inches, height of 10 inches, and weight of 20 pounds, made primarily from steel. It is marked with criticality code F and demilitarization code D, indicating specific compliance and security requirements. Additionally, it references a legacy item description, emphasizing its operational role with existing systems. The information is generated for procurement purposes, pertinent to federal and state RFPs supporting defense procurement. Therefore, this document plays a critical role in ensuring the adequacy and compliance of necessary equipment for military or related operations.
Mar 10, 2025, 8:07 PM UTC
The document describes specifications for a Gearbox Assembly (NSN 1620011606348) intended for use on the C-5 aircraft. It is identified as a critical component due to its safety function in the nose landing gear actuator, which transmits power from the aircraft's main gearbox to various drive systems for landing gear retraction and extension. The gearbox is constructed from steel and has specific dimensions (10" L x 8" W x 10" H, weighing 20 lbs). This assembly falls under military categorization, indicated by its CAGE code of 78062 and security classifications. The document also includes initiator information, specifying Keith A. Patane from the 417 SCMS/GUMC office as the point of contact. Key details such as demilitarization codes and whether the item contains precious metals are also mentioned. This summary highlights the item's critical role in aircraft safety and operational reliability while adhering to federal guidelines for procurement and specifications integral to military contracts.
Mar 10, 2025, 8:07 PM UTC
This document outlines the packaging requirements for materials used in federal government procurements, emphasizing compliance with international standards regarding wood packaging materials (WPM) to prevent the spread of invasive species like the pinewood nematode. It cites specific military standards (MIL-STD-129 and MIL-STD-2073-1) that dictate the construction, certification, and marking of wooden pallets and containers for shipping. Key requirements include using debarked wood and heat treatment to mitigate pest concerns, as well as adherence to stringent packaging and marking practices to ensure military readiness and compliance. Additional packaging and container marking instructions are specified for various items, specifying the types of materials and dimensions for packaging. The document is organized into sections detailing specific items, each with a preservation level, and includes vendor instructions on military packaging. Overall, the purpose is to ensure that all packaging meets established military standards and international regulations, ensuring safety and compliance in governmental supply chains.
Mar 10, 2025, 8:07 PM UTC
The document outlines transportation data related to a federal procurement process, specifically focusing on shipment instructions and funding for various items. Initiated on October 2, 2024, the file includes logistical guidelines for vendors under the Defense Contract Management Agency (DCMA), detailing the need for communication regarding shipping instructions prior to any freight movement. Key clauses from the Federal Acquisition Regulation (FAR) are referenced, including those concerning freight classification and marking of shipments. The document provides specific item information, including National Stock Numbers (NSNs), shipping destinations, and funding codes that facilitate financial tracking and accountability within the procurement process. The transportation account codes and related funding information reflect the governmental structure for funding transportation logistics. Overall, the primary purpose of the document is to ensure compliance with federal procurement regulations and to streamline operational efficiency in the transportation of goods related to military and governmental contracts, emphasizing the necessity for coordination with designated agencies to avoid incurring additional costs. This serves to highlight the complexities of federal RFPs and grant oversight in relation to logistical processes.
Mar 10, 2025, 8:07 PM UTC
This Statement of Work outlines the requirements for preservation, packaging, and marking of military materials in adherence to various standards set by the Department of Defense (DoD). Key standards include MIL-STD-2073-1 for military packaging, MIL-STD-129 for military marking, and specific guidelines for hazardous materials under the International Civil Aviation Organization (ICAO) and the U.S. Code of Federal Regulations. The offeror is required to follow the AFMC Form 158 for detailed packaging requirements, implement Special Packaging Instructions as needed, and ensure compliance with international regulations for wood packaging. Additionally, the use of reusable containers is mandated, along with measures for reporting discrepancies in packaging and shipping. The document stresses the importance of safety data sheets and other compliance documentation regarding hazardous materials. Overall, the Statement of Work serves to ensure the proper handling and reporting of military packaging requirements, ensuring compliance with federal regulations and standards essential for the safe distribution of military supplies.
Mar 10, 2025, 8:07 PM UTC
The document outlines the need for compliance and best practices regarding federal and state funding opportunities for various projects. It emphasizes the importance of understanding the specific requirements for Requests for Proposals (RFPs) and grants at the federal and local levels. Key topics include eligibility criteria, application processes, and evaluation standards that potential applicants must meet to secure funding. The document serves as a guide to navigate the complexities of obtaining financial support, detailing steps for successful proposal submission and highlighting common pitfalls to avoid. With a focus on transparency and accountability, it aims to equip agencies and organizations with the knowledge necessary to effectively pursue public funding opportunities, ultimately fostering improved project outcomes and community benefits through government resources. Overall, it reinforces the vital role that diligent proposal planning and adherence to guidelines play in accessing governmental funds.
Mar 10, 2025, 8:07 PM UTC
The document outlines a pricing response worksheet for a government solicitation (FA820325R0004) concerning the remanufacturing of C-5M 10 Nose Landing Gear Right Angle Gearbox. Managed by the Air Force Sustainment Center at Hill Air Force Base, it includes various line items related to remanufacturing and repairs of specified equipment components. Key elements include two primary line items for minor repairs of the left and right sides of the gearbox, each marked as not-to-exceed firm-fixed prices. Additionally, there are optional line items for major repairs, data and CDRLs (Contract Data Requirements List), and asset cannibalization, each categorized as firm-fixed price or not separately priced, dependent on further delivery orders. The document highlights the structured approach to procurement, emphasizing clear pricing types for distinct repair categories and options for future terms. This format is essential for compliance with federal regulations governing procurements, ensuring transparency and clarity throughout the contracting process.
Mar 10, 2025, 8:07 PM UTC
The document outlines a solicitation (FA8203-25-R-0004) by the Department of the Air Force for an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at remanufacturing C-5M NLG Right Angle Gearboxes. It specifies that Sargent Aerospace and Defense, the original equipment manufacturer, is the primary qualified source, although other vendors may submit proposals. Responses are required by April 10, 2025, and the contract spans five years, starting May 1, 2025, with an estimated maximum remanufacturing need of nine gearboxes per year. Key sections include a detailed pricing schedule, contract clauses regarding inspection, acceptance criteria, and contract administration. The document emphasizes compliance with the Buy American Act and specific data requirements for reports associated with repairs. It also outlines conditions for submitting proposals and the necessity of a small business subcontracting plan for larger firms. The purpose of this RFP is to procure essential maintenance services for military equipment, ensuring high operational readiness and compliance with defense priorities.
Mar 10, 2025, 8:07 PM UTC
The Department of the Air Force outlines a Statement of Work (SOW) for the remanufacturing of C-5M Nose Landing Gear Right Angle Gearboxes. The SOW details the minimum requirements for restoring defective gearboxes to a serviceable condition through testing, evaluation, and remanufacturing processes. Definitions of terminology including repair conditions and parts classifications are provided. The contractor must deliver fully operational gearboxes following stringent technical specifications and acceptance testing. Assets determined to be economically unfeasible for repair are directed to a condemnation process requiring government approval before proceeding with major repairs. The document mandates quality control measures, packaging protocols, and reporting requirements, including issuance of certificates for conformance and dealing with non-conformance. Operational requirements emphasize effective communication between the contractor and the government, adherence to safety protocols, and management of government property. The contractor's role is reinforced with expectations for maintaining high standards of quality, managing delivery timelines, and fulfilling documentation obligations throughout the remanufacturing process, ultimately ensuring the availability and reliability of critical military equipment.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
16--NOSE GEARBOX
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for a sole source contract related to the procurement of nose gearboxes as part of a Foreign Military Sales (FMS) spares requirement. This opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and is critical for maintaining operational readiness of aircraft systems. Interested contractors should note that all terms and conditions of BOA N00383-20-G-X901 apply, and proposals must be submitted electronically. For further inquiries, potential bidders can contact Megan N. McGinley at megan.n.mcginty.civ@us.navy.mil or by phone at 215-697-2198.
C-5 Visor Door Actuator 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 Visor Door Actuator under solicitation FA8538-25-R-0003. This procurement involves a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for depot-level overhaul services, which are critical for maintaining the operational readiness of the C-5 Galaxy cargo aircraft. The contract is expected to span five years, including two 12-month ordering periods and three annual option years, supporting the C-5 aircraft until its anticipated retirement in 2040. Interested vendors must register in the Joint Certification Program to access technical data packages and submit proposals by the extended deadline of April 21, 2025, at 5:00 PM EST, with inquiries directed to Caiveon Thomas at caiveon.thomas@us.af.mil and Deborah Manly at deborah.manly@us.af.mil.
2840 - FMS Repair of GEARBOX, ACCESSORY, A ( 3 Units )
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking qualified contractors to repair three units of the GEARBOX, ACCESSORY, A, as specified in the solicitation. The procurement requires contractors to provide labor, materials, and facilities necessary to restore the government-owned items to operational condition, with the intention to solicit only one source, Standard Aero, due to the lack of available data for repairs. This gearbox is critical for aircraft operations, and the government emphasizes that all responsible sources may express their interest and submit capability statements, although the decision to compete is at the government's discretion. Interested parties should contact Alainna Pettit at 215-697-0633 or via email at alainna.m.pettit.civ@us.navy.mil for further details, and proposals must be submitted within five days of the notice publication.
C-5 Main Landing Gear Hydraulic Brake Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a market survey to identify potential sources capable of qualifying and producing the C-5 Main Landing Gear Hydraulic Brake Assembly. This procurement involves the overhaul of hydraulic brake assemblies that are critical for the operation of the C-5 aircraft's landing gear, requiring specific expertise and capabilities in hydraulic systems. The anticipated contract will span ten years, with an estimated requirement of 56 units per ordering period, and encourages both small and large businesses to participate, including the formation of teaming arrangements. Interested contractors must submit documentation of their capabilities by April 11, 2025, and can direct inquiries to J. McKenzie Grinstead at jessica.grinstead@us.af.mil, with additional contacts including Alyssa Tanner and Phillip Russell for further assistance.
Aircraft Gearbox Assembly
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of aircraft gearbox assemblies under solicitation number SPRTA1-25-R-0104. This opportunity is designated as a total small business set-aside, encouraging participation from eligible vendors, including Women-Owned Small Businesses and Service-Disabled Veteran-Owned Small Businesses. The contract will be a firm fixed-price agreement for varying quantities of new manufactured gearbox assemblies, with strict adherence to quality assurance standards such as AS9100 and ISO 9001:2015. Interested parties must submit their offers by the extended deadline of March 3, 2025, and can direct inquiries to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 405-855-7126.
C-5 Main Landing Gear Hydraulic Brake Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a market survey to identify potential sources capable of qualifying and producing the C-5 Main Landing Gear Hydraulic Brake Assembly for use on United States Air Force aircraft. This procurement involves the overhaul of hydraulic brake assemblies, which are critical components of the Main Landing Gear and Door Actuation Assembly, requiring compliance with specific technical orders and drawings. The government is particularly interested in responses from both small and large businesses, encouraging joint ventures and partnerships, with a projected contract structured as a Requirements Type Contract over ten years, including a one-year base period and four one-year ordering periods for a total of 56 units per period. Interested contractors must submit documentation of their capabilities by April 11, 2025, and may direct inquiries to J. McKenzie Grinstead at jessica.grinstead@us.af.mil or Alyssa Tanner at alyssa.tanner.1@us.af.mil.
1680-01-450-6899 - GEARBOX ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of 81 units of Gearbox Assembly, specifically for the F-16 aircraft. This procurement is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and will be conducted as a firm fixed-price contract. The selected contractor will be responsible for delivering the production units within 391 days, with the delivery point being at destination and inspection and acceptance occurring at origin. Interested vendors can access the solicitation, SPE4A725R0457, on the DLA Internet Bid Board System (DIBBS) around April 9, 2025, and should direct any inquiries to Calvin Peterson at calvin.peterson@dla.mil or by phone at (804) 659-8838.
16--LOWER GEARBOX
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a lower gearbox, classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This solicitation aims to acquire essential components that are critical for the operational readiness and maintenance of naval aircraft systems. The goods sought are vital for ensuring the reliability and performance of aircraft, thereby supporting the Navy's mission. Interested vendors can reach out to Christopher Campellone at 215-697-2530 or via email at CHRISTOPHER.CAMPELLONE.CIV@US.NAVY.MIL for further details regarding the solicitation process.
C-5 Ballscrew Assembly Sources Sought
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the procurement of C-5 Ballscrew Assemblies. This market research aims to determine if responsible sources exist and to assess whether the procurement can be competitive or set aside for small businesses, including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The C-5 Ballscrew Assemblies are critical components used in aircraft landing gear systems, and the government is seeking information on similar services provided to both government and commercial customers over the past three years. Interested parties are encouraged to respond within 14 days of the posting date, and should direct inquiries to Contracting Officer Christina Witt at christina.witt.2@us.af.mil or by phone at 801-777-6977.
LOWER GEARBOX,PORT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the Lower Gearbox, Port. This procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 294 days, with specific quality assurance and inspection standards to be met, as outlined in the solicitation. The Lower Gearbox is critical for operational functionality, and the repair services will ensure the continued performance of naval equipment. Interested contractors should submit their quotes, including unit price and RTAT, to Kevin C. Robinson at KEVIN.C.ROBINSON@NAVY.MIL by the specified deadline, with all freight handled by the Navy as per the Commercial Asset Visibility Statement of Work.