C-5 Battery Control Electronics Module, Edge Lighted Panel and Annunciator Dimmer Circuit Card Assembly, and Single Board Computer Circuit Card Assembly
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 U.S. Air Force Sustainment Center (AFSC), 638th Supply Chain Management Group, 409th Supply Chain Management Squadron, is soliciting proposals for a Firm-Fixed Price (FFP), Requirements type contract (RFP FA8538-26-R-0013) for the production and delivery of C-5 Battery Control Electronics Module, Edge Lighted Panel and Annunciator Dimmer Circuit Card Assembly, and Single Board Computer Circuit Card Assembly spares. This acquisition aims to provide serviceable assets for the C-5 fleet until 2045. Proposals are due July 6, 2026, at 3:30 PM EST.
Scope of Work
The contractor will produce and deliver specific C-5 aircraft components, including:
- Edge Lighted Panel and Annunciator Dimmer (ELPAD) Converter Circuit Card Assembly (CCA) (NSN: 5998-01-599-8130UC, P/N: 716163-2)
- C-5M Battery Control Electronics Module (NSN: 6130-01-535-7275UC, P/N: 716110-2)
- Single Board Computer Circuit Card Assembly (CCA) (NSN: 5998-01-666-0869UC, P/N: 4V10442-101A)
Key requirements include ensuring all first article units pass Formal Qualification testing per Source Control Drawings 4V91083 and 4V91084, providing all necessary materials and equipment, and allowing government review of technical data and processes.
Contract Details
- Type: Firm-Fixed Price (FFP), Requirements-type Indefinite Delivery contract.
- Duration: A 12-month Basic Ordering Period followed by four (4) 12-month Ordering Periods, totaling five years.
- Set-Aside: This acquisition is UNRESTRICTED.
- Place of Performance: Warner Robins, GA.
- Product Service Code: 5998 (Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware).
- Sole Source Justification: The Government intends to utilize Other Than Full and Open procedures (FAR 6.302-1), as Symetrics Industries, LLC; DBA: Extant Aerospace (CAGE Code: 22830) is identified as the only source with the required knowledge, capabilities, and technical data.
Submission & Logistics
- Proposal Due: July 6, 2026, at 3:30 PM EST.
- Questions: Must be submitted via email to Caiveon Thomas (caiveon.thomas@us.af.mil) or Jeanette Jordan (jeanette.jordan.2@us.af.mil). Phone calls are not accepted. Answers will be posted in a Q&A document on SAM.gov.
- Logistics: F.O.B. Origin, Inspection: Origin, Acceptance: Origin. Bidders must adhere to specific packaging requirements (MIL-STD-2073-1, MIL-STD-129, WPM compliance) and utilize the PIEE system for shipping documentation.
- Data Requirements: The Contract Data Requirements List (CDRL) specifies deliverables such as IUID Marking Plans, Counterfeit Prevention Plans, and First Article Test/Inspection Procedures and Reports, with submission timelines ranging from 30 to 270 days after contract award.