- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
C-5 Main Landing Gear Hydraulic Brake Assembly
Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Apr 22, 2026. Industry: NAICS 811210 • PSC J016.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 21 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 811210
Description
C-5 Main Landing Gear Hydraulic Brake Assembly
NSN: 3040-01-236-5742
PN: 42357-30
The USAF is looking to establish a ten-year contract for the overhaul of the C-5 Main Landing Gear Hydraulic Brake Assembly, National Stock Number (NSN) 3040-01-236-5742UC, Part Number (PN) 42357-30.
These brake assemblies are part of the Main Landing Gear and Door Actuation Assembly. The hydraulic brake is spring-released and is engaged during emergency extension by applying hydraulic pressure. When sufficient hydraulic pressure is applied, the piston is actuated and clamps the brake plates which lock the shaft. The overhaul to be performed includes Tear-down, Testing, and Evaluation (TT&E), packaging, handling, storage, transportation, and data collection.
This overhaul effort will utilize a Requirements Type Contract. The contract period of performance will be ten (10) years. It will consist of a one (1)-year basic period and four (4) one (1)-year ordering periods with the option to extend for an additional five (5) one (1)-year ordering periods. The total Best Estimated Quantity for each year is 56 EA.
It is anticipated that the RFP will be released in May 2026. The RFP will be posted to the SAM webpage. NO HARD COPIES WILL BE PROVIDED. The technical data required to respond to the RFP may be obtained at the same website. All vendors must be registered. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The USAF anticipates the acquisition will be Full and Open Competition utilizing the Lowest Price Technically Acceptable (LPTA). The Government does not intend to use RFO part 12.
One or more of the items under this acquisition is subject to the Buy American Act.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.