C-5 Flight Control Manifolds

SOL #: FA810918D0004P00038JustificationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8109 AFSC PZAAC
TINKER AFB, OK, 73145-3303, United States

Place of Performance

CA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Hydraulic, Vacuum And De Icing System Components (1650)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 3, 2026

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 has issued a Justification and Approval (J&A) for Other Than Full and Open Competition to incorporate the new manufacture and remanufacture of C-5 Flight Control Manifolds into existing contract FA8109-18-D-0004. This action supports the Air Force Sustainment Center (AFSC) and is intended for sole-source award to Parker-Hannifin Corporation.

Purpose & Scope

This J&A justifies the sole-source procurement of specific C-5 Flight Control Manifolds, including Aileron, Upper Rudder, Lower Rudder, and Elevator Manifolds. The effort involves both new manufacturing and remanufacturing services. These requirements will be added as new Contract Line Item Numbers (CLINs) to Option Period 1 (Years 3 and 4) of the current enterprise contract.

Contract Details

This is a modification to an existing firm-fixed price, indefinite delivery requirements contract (FA8109-18-D-0004). Funding for this effort will be provided through Consolidated Sustainment Activity Group (CSAG) appropriations. The place of performance is expected to be in California, 92168, United States.

Justification for Sole Source

The decision for Other Than Full and Open Competition is based on FAR 6.302-1 (Only One Responsible Source). Market research, including a Sources Sought Synopsis on SAM.gov, failed to identify any other qualified vendors. The government does not possess the technical data package required for these items, and previous attempts to acquire it have been unsuccessful. Parker-Hannifin Corporation is identified as the Original Equipment Manufacturer (OEM) and the only known source with the necessary specialized facilities and technical expertise for both manufacture and remanufacture.

Agency Notes

The government will continue to monitor the market for potential alternative sources and will revalidate the feasibility of procuring a complete data package in the future. This J&A is not a solicitation for proposals.

People

Points of Contact

Matthew TonayPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: Apr 3, 2026
C-5 Flight Control Manifolds | GovScope