C-5 Hydraulic Valve Repair
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 for depot-level repair of various C-5 hydraulic valves. This effort is anticipated to result in a five-year Firm-Fixed-Price requirements contract. Both large and small businesses are encouraged to participate. Responses are due by close of business on February 20, 2026.
Scope of Work
The requirement is for the repair of specific C-5 Galaxy cargo aircraft hydraulic valves, including:
- NSN 1650001059655, Part No. 1636: Cap Valve for Number 2 Hydraulic Plumbing Center.
- NSN 4820001614098, Part No. 5046-1: Linear valve for directional control of hydraulic fluid.
- NSN 1650002418862, Part No. 854550-5-1: Hydraulic valve assembly (temperature pressure regulator for Ram Air Turbine motor).
A Performance Based Work Statement (PWS) provides further details. Key capabilities required include sufficient enclosed space, adequate facility utilities (lighting, electricity, compressed air), security for government property, personnel capable of reading Air Force engineering drawings, and the ability to perform or subcontract manufacturing and assembly across various specialized shops (e.g., Machine, Metal Plating, Hydraulic, NDI, Clean Room). Contractors must also handle hazardous waste.
Contract & Timeline
- Type: Sources Sought / Market Research (anticipated five-year Firm-Fixed-Price requirements contract)
- Set-Aside: None specified (open to large and small businesses)
- Response Due: February 20, 2026 (Close of Business)
- Published: January 20, 2026
Submission Requirements
Interested contractors must provide documentation supporting their company's capabilities to meet these requirements. Companies should also identify any areas of work they believe should be exclusively for Small Business. Teaming arrangements or joint ventures are encouraged. Responses to the Contractor Capability Survey (Parts I and II) should be emailed to PCO Karen Beckford (karen.beckford@us.af.mil) and Program Manager Kaleb Medders (kaleb.medders@us.af.mil).
Additional Notes
This is a market survey for planning purposes only and does not guarantee participation in future solicitations or contract awards. The government will not reimburse participants for expenses. Questions should be directed to Kaleb Medders (kaleb.medders@us.af.mil), Karen Beckford (karen.beckford@us.af.mil), and Alyssa Tanner (alyssa.tanner.1@us.af.mil).