Solicitation- Repair/Overhaul of the C-5 Hydraulic Winch_1680-01-216-4525UC
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 seeking to award a Firm Fixed-Price, Requirements type contract for the repair and overhaul of the C-5 Hydraulic Aircraft Mounted Winch (NSN: 1680-01-216-4525UC, PN: 42420-4). This effort aims to provide serviceable assets to maintain the C-5 Galaxy aircraft's mission capability and address safety concerns. This is a sole-source acquisition to Goodrich Corporation (CAGE: 3HRL4) under the authority of 10 U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1, citing "Only One or a Limited Number of Responsible Sources."
Scope of Work
The contractor will provide all necessary resources for the inspection, functional testing, and depot-level overhaul of hydraulic winch systems. This includes:
- Major overhauls of previously used systems into the newest configuration and minor overhauls of the newest configuration.
- Overhauling all units within specified delivery schedules.
- Providing accurate and timely data reporting on the overhaul process, including monthly reports on units on hand, in work, and their stage.
- Testing overhauled assets to Original Equipment Manufacturer's Acceptance Test Procedures (ATPs).
- Compliance with specific packaging instructions (MIL-STD-2073, MIL-STD-129) and transportation requirements (F.O.B. Origin, shipping to DLA Distribution Warner Robins, GA).
Contract Details
- Type: Firm Fixed-Price (FFP), Requirements type contract.
- Duration: A 10-year period of performance, consisting of a one-year basic period, four one-year ordering periods, and five additional one-year options.
- Estimated Quantities: Best Estimated Quantities (BEQ) of 30 each and 6 each per period/option year.
- Place of Performance: Contractor's facility.
- Government Furnished Property (GFP): The government will provide 360 Hydraulic Winch Systems (PN: 42420-4) as GFP, with an acquisition cost of $808,750.79 each.
- Reporting: Mandatory Commercial Asset Visibility Air Force (CAV AF) reporting for government-owned assets, requiring training, PKI, and specific transaction reporting.
- Quality Assurance: Performance will be monitored via a Quality Assurance Surveillance Plan (QASP), with DCMA conducting on-site inspections. Performance standards include a maximum of one failure per year during DCMA inspection, 95% pass rate on initial inspection, and no more than one validated Product Quality Deficiency Report (PQDR) or Quality Deficiency Report (QDR) per ordering period.
- Labor Requirements: Compliance with Service Contract Act Wage Determination, including minimum wage rates, fringe benefits, paid sick leave, vacation, and holidays.
Submission & Evaluation
- Proposals Due: September 12, 2024, at 3:30 PM ET.
- Submission Requirements: Proposals must include certified cost or pricing data and supporting attachments per FAR 15.408, Table 15-2, and utilize the DFARS 252.215-7009 Proposal Adequacy Checklist (PAC).
- Nature of Acquisition: This is a sole-source acquisition to Goodrich Corporation.
Contact Information
- Primary: Karen Beckford (karen.beckford@us.af.mil)
- Secondary: J. McKenzie Grinstead (jessica.grinstead@us.af.mil)