C-5 Nose Landing Gear Door Actuator Assemblies
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 issuing a presolicitation for the overhaul of C-5 Nose Landing Gear (NLG) Door Actuator Assemblies. This effort will utilize a Requirements Type Contract with a five-year period of performance, consisting of a one-year basic period and four one-year ordering periods. The acquisition will be conducted under Full and Open Competition using the Lowest Price Technically Acceptable (LPTA) evaluation method. The RFP is anticipated for release in May 2026.
Scope of Work
This opportunity involves the overhaul of specific C-5 NLG Door Actuator Assemblies, which are critical components of the C-5 NLG Door Actuation System. These actuators manage the opening and closing of the NLG doors during landing gear extension and retraction, ensuring aircraft streamlining. The specific assemblies include:
- LH Actuator Assembly: NSN 1680-01-160-6520UC (PN 177560-32)
- RH Actuator Assembly: NSN 1680-01-160-6519UC (PN 177560-33)
- LH Actuator Assembly: NSN 1680-01-237-0231UC (PN 177560-34)
- RH Actuator Assembly: NSN 1680-01-237-0230UC (PN 177560-35)
Best Estimated Quantities (BEQ) for each NSN are provided for the basic year and four ordering periods, with quantities generally around 9-10 units per year per NSN.
Contract & Timeline
- Type: Presolicitation for a Requirements Type Contract
- Duration: Five (5) years (one-year basic period + four one-year ordering periods)
- Set-Aside: Full and Open Competition
- Evaluation: Lowest Price Technically Acceptable (LPTA)
- RFP Anticipated Release: May 2026
- Presolicitation Published: April 9, 2026
- Place of Performance: Warner Robins, GA
Additional Notes
The acquisition is subject to the Buy American Act. The RFP and required technical data will be posted on the SAM.gov webpage; no hard copies will be provided. Offerors are encouraged to register on SAM.gov to receive notifications and amendments.
Contact Information
- Primary: Alyssa Tanner (alyssa.tanner.1@us.af.mil)
- Secondary: Stacylee Johnson (stacylee.johnson.1@us.af.mil)