SOLICITATION NOTICE
J -- SYPNOPSIS/SOLICITATION -C-5 Hydraulic Winches-Remanufacture
- Notice Date
- 3/12/2026 10:00:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- FA8538 AFSC PZAAB ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA853826R0014
- Response Due
- 5/12/2026 2:00:00 PM
- Archive Date
- 05/27/2026
- Point of Contact
- Karen Beckford, J. McKenzie Grinstead
- E-Mail Address
-
karen.beckford@us.af.mil, jessica.grinstead@us.af.mil
(karen.beckford@us.af.mil, jessica.grinstead@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- THIS IS A COMBINED SYPNOPIS/ SOLICITATION FOR THE C-5 HYDRAULIC WINCH, NSN 1680-01-216-4525, PN 42420-4 This Requirement is for Remanufactured Items of 95 each Hydraulic Winches. Period of Performance (PoP) will consists of a 24 month (2 Year) Basic Period and 3-1 Year Options Peroiod. This Requirenment Shall conduct First Article Testing/ (FAT) - Phase 1 Procedures on 2 each Hydraulic Winches before moving in to Phase 2 of the the remanufacture of the remaining 93 assets. The Government is conducting market research to identify potential sources that possess the remanufacture data, expertise, capabilities, and experience to meet qualification requirements to remanufacture the C-5 Hydraulic Winch. The RMC/RMSC for the Hydraulic Winch is ""R4/P. �R4� states that this NSN will be repaired contractual for the first time and will be repaired directly from the actual manufacturer/OEM. �P� signifies that the rights to use data needed for contract repair of this item from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor�s facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. Onboard Hoist & Winch is the OEM and the known sole source contractor for remanufacture of this item. Contractors/Institutions responding to this Request for Information are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. FAR PART 12 along with other Applicable FAR Parts Applies to this applies to this Request FOR Proposal (a) The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited except as provided in subsection 31.205-18 Bid and Proposal (B&P) Costs, of Federal Acquisition Regulation (b) Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of informational planning and budgetary forecasting by the government. PLEASE REVIEW THE DOCUMENT NAMED RFI_ C-5 HYDRAULIC WINCH . SOLICITATION -Named FA8538-26-R-0014 and all other attached documents that are Vital to the requirement. THIS IS A SOLE SOURCE REQUIREMENT AND THE GOVERNMENT DOES NOT OWN THE DATA. PROPOSALS ARE DUE IN-NO LATER THAN 12 May 2025 at 5PM EST
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d24f9088495d4aabaadf83fd50b6a83d/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07742836-F 20260314/260312230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |