C-5 Flap Asymmetry Brake Overhaul
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) is conducting market research via a Sources Sought Synopsis to identify qualified sources for the overhaul of C-5 Flap Asymmetry Brakes (NSN: 1680-01-525-8920, Part No. 5903-105K/L). This is a critical Line Replaceable Unit (LRU) for the C-5M Galaxy aircraft. Responses are due by May 25, 2026.
Scope of Work
The requirement involves the overhaul of Flap Asymmetry Brakes, which are essential for C-5M flight operations and prevent damage to the flap and flap actuation system. The Government possesses the overhaul manual but lacks data for required test equipment. Several internal components are source-controlled to the Original Equipment Manufacturer (OEM), Thomas Instruments Inc. (CAGE: 5H860).
Qualification Requirements
Prospective overhaul sources must undergo a mandatory pre-qualification process by the Cognizant Government Engineering Activity, C-5 System Program Office, AFLCMC/WLSE, Robins AFB, Georgia. The attached Source Qualification Statement (SQS) details extensive requirements, including:
- Company capabilities, facility layout, and equipment.
- Demonstrated experience in repairing similar critical aircraft parts.
- A comprehensive quality plan (e.g., ISO 9001).
- A detailed overhaul process plan adhering to USAF manual 16C1-4-18-3, covering material traceability, tooling, and process deviations.
- Requirement to perform at least 80% of repair workload in-house.
- First article testing for newly qualified bidders. Currently, Thomas Instruments is the only source-qualified vendor.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: Full and Open Competition (for qualified sources)
- Response Due: May 25, 2026, 5:00 PM ET
- Published: April 23, 2026
- Place of Performance: Warner Robins, GA
Submission & Evaluation
This is an informational notice, not a Request for Proposal. Interested parties should identify their interest and capability by emailing the listed contacts. Responses will be used to inform future competition. No funds are available for response preparation.
Contacts
- Contracting Officer: Staceylee Johnson (stacylee.johnson.1@us.af.mil)
- Contracting Buyer: Alyssa Tanner (alyssa.tanner.1@us.af.mil)
- Program Manager: Trent Miller (trent.miller.4@us.af.mil)
- Engineer: Andrew Hyatt (andrew.hyatt.9@us.af.mil)