Loading...
SS2700026
Response Deadline
May 25, 2026, 9:00 PM(EDT)32 days
Eligibility
Contract Type
Sources Sought
C-5 Flap Asymmetry Brake Overhaul
NSN: 1680-01-525-8920
Part No. 5903-105K or 5903-105L
The Government is conducting market research to identify potential sources that possess the repair data, expertise, capabilities and experience to meet qualification requirements to overhaul the Flap Asymmetry Brake for the C-5 Secondary Flight Control System.
ITEM DESCRIPTION
The Flap Asymmetry Brakes are Line Replaceable Units (LRUs) on the C-5M Galaxy. These brakes are energized any time the flap asymmetry detects an out of sync condition in the Flap/Slat system. This prevents damage to the Flaps and Flap actuation system. The Flap Asymmetry Brakes are required for flight operations of the C-5 and there are 2 brakes installed per aircraft.++
Impediment to Competition:
The Government owns the overhaul manual, but does not own the data for the test equipment required for overhaul. There are also several components within the Flap Asymmetry Brake that are source controlled to the Original Equipment Manufacture (OEM), which is Thomas Instruments Inc. (CAGE: 5H860)
The RMC/RMSC code for the Flap Asymmetry Brake is R1/C. The critical application of this item requires pre-qualification of any prospective overhaul source by the Cognizant Government Engineering Activity, C-5 System Program Office, AFLCMC/WLSE, Robins AFB, Georgia. Pre-qualification will be necessary for sources other than those already approved.
Currently only one vendor, Thomas Instruments (5H860), is source qualified, as they are the Original Equipment Manufacturer (OEM) and currently overhaul the Flap Asymmetry Brake under contract FA8525-25-C-B001. As a result, any vendor who wishes to compete for this requirement must go through source qualification process which is attached to this SSS.
INTEREST
The U.S. Air Force Sustainment Center (AFSC) Contracting Office intends to compete this requirement as Full and Open Competition, to sources qualified. Interested parties may identify their interest and capability to respond to the requirement no later than 25 May 2026 by emailing:
QUALIFICATION REQUIREMENTS
Source Qualification Statement and minimum requirements necessary to become a qualified bidder are attached to this Sources Sought Synopsis.
DISCLAIMER
These sources sought synopsis (SSS) is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers, and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
Trent Miller
Alyssa Tanner
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE SUSTAINMENT CENTER
FA8538 AFSC PZAAB
FA8538 AFSC PZAAB
CP 478 926 3980
235 BYRON ST BLDG 300 STE 19A
ROBINS AFB, GA, 31098-1670
NAICS
Electronic and Precision Equipment Repair and Maintenance
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES