C-5 Battery Control Electronics Module (BCEM)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is conducting market research to identify potential sources capable of repairing the C-5 Battery Control Electronics Module (BCEM). This Request for Information (RFI) seeks firms with the necessary repair data, expertise, and capabilities. The Government does not own the technical data for this item, and Extant Aerospace is currently the sole source provider. Responses are due by March 9, 2026.
Purpose & Scope
This RFI aims to identify qualified sources for depot-level test and repair of the C-5 Battery Control Electronics Module (BCEM), National Stock Number (NSN) 6130-01-535-7275UC, Part Number (PN) 716110-2. The BCEM is a Line Replaceable Unit (LRU) on the C-5 aircraft. The market research will inform future acquisition strategies.
Current Situation
Extant Aerospace (CAGE 22830), the original manufacturer, currently performs repairs under contract FA8538-22-D-0002 and is identified as the sole source. The Government does not possess the technical data required for organic repair or competitive procurement, and acquiring or reverse-engineering the data is deemed uneconomical. No samples are available for potential suppliers to evaluate.
Contractor Requirements
Respondents must demonstrate the ability to furnish all necessary material, support equipment, tools, test equipment, and services. Contractors will be responsible for providing, maintaining, and calibrating all required support equipment at their facility or a subcontractor's. Any contractor-furnished material or parts used for replacement must equal or exceed the quality of the original components.
Submission & Evaluation
This is a Request for Information (RFI) for planning and budgetary forecasting purposes only, as per FAR 52.215-3. It is not a solicitation for proposals, and the Government does not intend to award a contract based on responses. Participants will not be reimbursed for any expenses. Responses will be treated as information only. A Contractor Capability Survey is provided for completion.
Eligibility & Set-Aside
Both large and small businesses are encouraged to participate. Joint ventures and teaming arrangements are also encouraged. Respondents should identify any areas of work that could be exclusively broken out for Small Business concerns. There is no specific set-aside designation for this RFI.
Deadlines & Contact
- Response Due: March 9, 2026, by 21:00:00 UTC.
- Submission: Mail two (2) copies of the response.
- Questions: Direct inquiries to Matthew White, Program Manager, via email at matthew.white.48@us.af.mil. A secondary contact is CALEIGH STUERMAN (caleigh.stuerman@us.af.mil).