SOLICITATION NOTICE
J -- C-5 Main Landing Gear Hydraulic Brake Assembly
- Notice Date
- 4/7/2026 1:01:53 PM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- FA8538 AFSC PZAAB ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA853826R0011
- Response Due
- 4/22/2026 2:00:00 PM
- Archive Date
- 05/07/2026
- Point of Contact
- Alyssa Tanner, Jeanette Jordan
- E-Mail Address
-
alyssa.tanner.1@us.af.mil, jeanette.jordan.2@us.af.mil
(alyssa.tanner.1@us.af.mil, jeanette.jordan.2@us.af.mil)
- Description
- C-5 Main Landing Gear Hydraulic Brake Assembly NSN: 3040-01-236-5742 PN: 42357-30 The USAF is looking to establish a ten-year contract for the overhaul of the C-5 Main Landing Gear Hydraulic Brake Assembly, National Stock Number (NSN) 3040-01-236-5742UC, Part Number (PN) 42357-30. These brake assemblies are part of the Main Landing Gear and Door Actuation Assembly. The hydraulic brake is spring-released and is engaged during emergency extension by applying hydraulic pressure. When sufficient hydraulic pressure is applied, the piston is actuated and clamps the brake plates which lock the shaft. The overhaul to be performed includes Tear-down, Testing, and Evaluation (TT&E), packaging, handling, storage, transportation, and data collection. This overhaul effort will utilize a Requirements Type Contract. The contract period of performance will be ten (10) years. It will consist of a one (1)-year basic period and four (4) one (1)-year ordering periods with the option to extend for an additional five (5) one (1)-year ordering periods. The total Best Estimated Quantity for each year is 56 EA. It is anticipated that the RFP will be released in May 2026. The RFP will be posted to the SAM webpage. NO HARD COPIES WILL BE PROVIDED. The technical data required to respond to the RFP may be obtained at the same website. All vendors must be registered. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The USAF anticipates the acquisition will be Full and Open Competition utilizing the Lowest Price Technically Acceptable (LPTA). The Government does not intend to use RFO part 12. One or more of the items under this acquisition is subject to the Buy American Act.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9609264de96049c0ae9fa82cec6eed50/view)
- Place of Performance
- Address: Warner Robins, GA, USA
- Country: USA
- Country: USA
- Record
- SN07770110-F 20260409/260407230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |