C-5 Right-Hand and Left-Hand Center Drive Units (Actuators)
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 Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is soliciting proposals for C-5 Right-Hand and Left-Hand Center Drive Units (Actuators). This is an UNRESTRICTED, fixed-price indefinite delivery, requirement type contract for spare parts for the C-5 Galaxy aircraft. The acquisition is sole-sourced to Honeywell International. Proposals are due July 21, 2026, at 3:30 PM Local Time.
Scope of Work
This solicitation covers the acquisition of:
- Right-Hand Center Drive Unit/Mechanical Actuator: NSN 1680-01-631-3650UC, Part Number 126888-14
- Left-Hand Center Drive Unit/Mechanical Actuator: NSN 1680-01-631-3646UC, Part Number 126888-13
All items must be delivered to DLA DISTRIBUTION WARNER ROBINS at Robins AFB, GA. Bidders must comply with specific packaging requirements outlined in AFMC Form 158, including adherence to MIL-STD-129 and MIL-STD-2073-1, and international standards for wood packaging material (WPM) heat treatment and certification. Transportation requirements, detailed in DD Form 1653, specify F.O.B. Origin terms and mandate obtaining shipping instructions via the Procurements Integrated Enterprise Environment (PIEE).
Contract Details
- Type: Fixed-Price Indefinite Delivery, Requirement Type Contract.
- Duration: A 3-year period, comprising a Basic Ordering Period (Date of Award through 12 Months) and two subsequent 12-month Option Periods.
- Estimated Quantity: Each ordering period has a best estimated quantity of 10 EA. Delivery Orders will initially be for 1 EA with a 12-month lead time, followed by 2 EA monthly.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 336412, with a Size Standard of 1,500 employees.
- Subcontracting Plan: A subcontracting plan is required.
- Note: The initial contract is described as a "ZERO DOLLAR PR TO EST CONTRACT," indicating an agreement for establishing terms rather than immediate funding.
Submission & Evaluation
- Proposal Due: July 21, 2026, 3:30 PM Local Time.
- Required Submissions: Offerors must submit both a written technical proposal detailing their approach, schedule, and assumptions, and a comprehensive price proposal.
- Price Proposal: Must include sufficient commercial pricing information (e.g., published price lists, catalog pricing, market data, sales history) to support price reasonableness. A pricing support package in Excel and commercial item supporting documentation are also required if asserting commerciality.
- Evaluation: Price reasonableness will be a key factor, supported by the provided commercial pricing data.
Contact Information
- Primary Contact: Brooke Whitford (Brooke.whitford.3@us.af.mil)
- Secondary Contact: Adam Randall (timothy.randall.4@us.af.mil)