Search Contract Opportunities

C-5 Trunnion Bearing, Overhaul   2

ID: FA8538-25-R-0004_RFP • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: April 23, 2025, 10:09 a.m. EDT

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

**SEE BELOW FOR UPDATES AND AMENDMENT INFORMATION

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

4 MARCH 2025: Q&A posted in the Attachments/Links. The Q&A is a living document and will be updated as questions are received, and dates will be included as updates are made. The File Name will also include the most recent date as it is updated.

19 MARCH 2025: 1) Solicitation is Amended (0001), attached to this posting, to include the following a) Updated Performance Work Statement (PWS), b) Due date extended and Proposals are due No Later Than (NLT): 16 April 2025. 2) The attached Q&A is updated as of todays date.

22 APR 2025: Solicitation is amended (0002) to extend the due date to 22 MAY 2025, 5:00 PM EST. Amended RFP is FA8538-25-R-0004-0002 _ Amendment 02.pdf in the attachments

Posted: April 22, 2025, 3:17 p.m. EDT
Posted: March 19, 2025, 5:06 p.m. EDT
Posted: March 4, 2025, 12:27 p.m. EST
Posted: Jan. 24, 2025, 4:06 p.m. EST

Overview

Response Deadline
May 22, 2025, 5:00 p.m. EDT (original: March 10, 2025, 5:00 p.m. EDT) Past Due
Posted
Jan. 24, 2025, 4:06 p.m. EST (updated: April 23, 2025, 10:09 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 1/24/25 Air Force Sustainment Center issued Solicitation FA8538-25-R-0004_RFP for C-5 Trunnion Bearing, Overhaul due 5/22/25. The opportunity was issued full & open with NAICS 811210 and PSC J031.

NATO Stock Number

Details for NSN 3120007662056

Item Name
BEARING, PLAIN, SELF-ALIGNING
NIIN
007662056
Standard Unit Price (DLA)
$23,061.03

Approved Suppliers
Primary Contact
Name
Phillip Russell   Profile
Phone
None

Secondary Contact

Name
Deborah S. Manly   Profile
Phone
None

Documents

Posted documents for Solicitation FA8538-25-R-0004_RFP

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation FA8538-25-R-0004_RFP

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA8538-25-R-0004_RFP

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA8538-25-R-0004_RFP

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE SUSTAINMENT CENTER > FA8538 AFSC PZAAB
FPDS Organization Code
5700-FA8538
Source Organization Code
500042467
Last Updated
June 6, 2025
Last Updated By
phillip.russell.9@us.af.mil
Archive Date
June 6, 2025