Skip to main content

An official website of the United States government

You have 2 new alerts

C-5 Trunnion Bearing, Overhaul

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Original)
  • Original Published Date: Jan 24, 2025 04:06 pm EST
  • Original Date Offers Due: Mar 10, 2025 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 25, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J031 - MAINT/REPAIR/REBUILD OF EQUIPMENT- BEARINGS
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:

Description

Request For Proposal (RFP):  C-5 Trunnion Bearing

This Request For Proposal (RFP) is full and open competition utilizing Delivery Protection Program (DPP) competitive procedures.  The Government owns the technical data package. 

This RFP (FA8538-25-R-0004) is for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type contract for depot-level overhaul/remanufacture (overhaul) services applicable to the C-5 Trunnion Bearing for use by the USAF in support of the C-5 Galaxy cargo aircraft.  The contract is anticipated to include two (2) 12-month Ordering Periods and three (3) annual Option Years, and is for the overhaul of the following item:

NSN:  3120-00-766-2056 UC

Noun:  Bearing, Trunnion

Part Number:  4F23832-103A

The Trunnion Bearing is the main pivot bearing used during the retraction and extension of the C-5 Main Landing Gear (MLG) and is a safety critical item.  The anticipated overhaul service will provide serviceable assets to meet quarterly demand for Air Force Field Level requirements and C-5 Programmed Depot Maintenance (PDM).  The C-5 MLG Trunnion bearings will support C-5 aircraft until 2040.

The FFP/IDIQ contract is anticipated for 5-years in length utilizing DPP Competitive procedures:  The DPP is a contractual vehicle which provides the Contracting Officer a means of competing the maximum practical quantity of a requirement while also mitigating risk.  The objective of the DPP is to obtain the best possible price and performance while mitigating risk by allowing new unqualified sources to submit a proposal on complex or critical items requiring pre-production unit approval, ensuring the new source can furnish a product that conforms to all requirements for acceptance.

Qualified Source:  Offerors which have previously successfully demonstrated the ability to overhaul the Trunnion Bearing.  Qualified Sources shall provide a proposal on all BID B CLINs of the RFP, to include the Beyond Economical Repair (BER) CLINs.

Unqualified Source:  Offerors which have the capability to perform the overhaul/remanufacture and will be evaluated through, but not limited to, pre-production units to potentially become a Qualified Source.  Unqualified Sources shall provide a proposal on all BID A CLINs of the RFP, to include the Beyond Economical Repair (BER) CLINs.

Interested parties shall be registered in the Joint Certification Program and approved to view Export Control, and shall submit evidence of their certification in order to obtain the associated technical data packages.

To obtain copies of the bidset documents, an interested vendor shall be registered in the Joint Certification Program (JCP).  Interested vendors are to request copies of the bidsets by providing their CAGE number to both Phillip Russell (phillip.russell.9@us.af.mil) and Deb Manly (deborah.manly@us.af.mil) to verify registration in JCP.  Upon verification, bidset zip files will be sent via the "DOD Safe" website.

To become registered in the JCP, interested vendors can do so at the website:

https://www.dla.mil/HQ/LogisticsOperations/Services/JCP

ATTACHMENTS:  Attachments are included and may be downloaded within the attachments section of this solicitation notice on SAM.gov.  Unqualified Sources shall download the “Source Pre-Qualification Requirements.pdf” for information and instructions related to pre-qualification - this document does not comprise all of the pre-qualification requirements...please also see the PWS, CDRLs, and bidset documents.

Questions will ONLY be received via E-mail.  Phone calls and voice mails will not be accepted.  All questions will be compiled and answered via an Adobe .pdf document included within the attachments area of this solicitation notice on SAM.gov and titled "Q and A for FA8538-25-R-0004". 

All communication and/or questions MUST be sent via email to BOTH of the individuals listed below: 

TO:  Phillip Russell:  phillip.russell.9@us.af.mil

TO or CC:  Deborah Manly:  deborah.manly@us.af.mil

Completed Request For Proposal (RFP) is due 5:00 PM EST, 10 March 2025

Contact Information

Contracting Office Address

  • CP 478 926 3980 235 BYRON ST BLDG 300 STE 19A
  • ROBINS AFB , GA 31098-1670
  • USA

Primary Point of Contact

Secondary Point of Contact

History