C-5 MLG Trunnion Bearing
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 a Sources Sought market survey to identify potential sources for the re-manufacturing of C-5 Main Landing Gear (MLG) Trunnion Bearings (NSN: 3120-00-766-2056UC, Part No. 4F23832-103A). This effort aims to secure serviceable assets for Air Force field-level and Programmed Depot Maintenance (PDM). A separate pre-qualification process is also outlined for alternative sources.
Purpose & Scope
This market research seeks to identify firms with the expertise, capabilities, and experience for the qualification and re-manufacturing of this critical, self-aligning spherical bearing, essential for the C-5 MLG's retraction and extension. The government will use responses to determine the final acquisition strategy, including potential small business set-asides.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Anticipated Contract: Five-year (one basic year + four ordering periods)
- Estimated Start/End: July 2027 - July 2032
- Estimated Annual Quantities: 48 to 56 units
- Set-Aside: None determined; market research will inform the decision. Small businesses are encouraged to identify areas for exclusive set-aside.
- Market Research Response Due: February 12, 2026
- Pre-Qualification Submission Due: March 2, 2026 (via DoD SAFE)
- Published: January 12, 2026
Key Requirements for Pre-Qualification
Offerors seeking pre-qualification must demonstrate:
- Ability to manufacture and install the bearing into assembly 4F90004-101A and pass performance requirements per LMCO drawing 4F90004.
- A detailed quality plan implementing ISO 9002 (or equivalent).
- A detailed re-manufacturing plan, including traceability, material source identification, and in-house process documentation.
- Capability to perform a minimum of 75% of the re-manufacturing workload in-house.
- Note: RBC Aerospace Bearings Inc. and Sargent Aerospace and Defense, LLC are currently qualified.
Submission & Evaluation
Interested contractors should provide documentation supporting their company's capability, including a completed Contractor Capability Survey. Small businesses are encouraged to detail teaming, joint venture, or subcontracting arrangements if they do not possess full capability. Responses will be evaluated to assess capabilities and inform the acquisition strategy. Past quality issues may affect pre-qualification.
Points of Contact
Questions should be directed to Program Manager Jessica Grinstead (Jessica.Grinstead@us.af.mil), PCO Karen Beckford (Karen.Beckford@us.af.mil), and Buyer Alyssa Tanner (Alyssa.Tanner.1@us.af.mil). The technical POC for pre-qualification is AFLCMC/WLSEAB at Robins AFB, GA.
Additional Notes
Participation in this market survey does not guarantee future solicitation or contract award. The government will not reimburse participants for associated expenses. Security clearance and foreign participation details are not yet determined.