Skip to content
Department of Defense

SYPNOPSIS/SOLICITATION -C-5 Hydraulic Winches-Remanufacture

Solicitation: FA853826R0014
Notice ID: d24f9088495d4aabaadf83fd50b6a83d

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: GA. Response deadline: May 12, 2026. Industry: NAICS 811210 • PSC J059.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA853826R0014. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$204,673,880
Sector total $325,772,085 • Share 62.8%
Live
Median
$101,015
P10–P90
$26,928$177,575
Volatility
Volatile149%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
62.8%
share
Momentum (last 3 vs prior 3 buckets)
-58%(-$83,307,328)
Deal sizing
$101,015 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for GA
Live POP
Place of performance
Warner Robins, Georgia • 31098 United States
State: GA
Contracting office
Robins Afb, GA • 31098-1670 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
GA20260319 (Rev 0)
Match signal: state matchOpen WD
Published Jan 23, 2026Georgia • Catoosa, Dade, Walker
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.24Fringe $18.54
Rate
ELECTRICIAN
Base $35.35Fringe $14.63
+20 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 20 more rate previews.
Davis-BaconBest fitstate match
GA20260319 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Catoosa, Dade, Walker
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.24Fringe $18.54
Rate
ELECTRICIAN
Base $35.35Fringe $14.63
Rate
OPERATOR: Crane
Base $38.53Fringe $16.08
+19 more occupation rates in this WD
Davis-Baconstate match
GA20260316 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Brooks, Echols, Lanier +1
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $33.90Fringe $18.80
Rate
OPERATOR: Crane
Base $38.53Fringe $16.08
Rate
OPERATOR: Forklift
Base $32.93Fringe $16.08
+19 more occupation rates in this WD
Davis-Baconstate match
GA20260102 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Tift
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
POWER EQUIPMENT OPERATOR: Crane (over 10 tons)
Base $32.00Fringe $17.70
Rate
Crane (over 120 tons)
Base $33.00Fringe $17.70
+19 more occupation rates in this WD
Davis-Baconstate match
GA20260099 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Quitman
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
POWER EQUIPMENT OPERATOR: Crane (over 10 tons)
Base $32.00Fringe $17.70
Rate
Crane (over 120 tons)
Base $33.00Fringe $17.70
+19 more occupation rates in this WD

Point of Contact

Name
Karen Beckford
Email
karen.beckford@us.af.mil
Phone
Not available
Name
J. McKenzie Grinstead
Email
jessica.grinstead@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE SUSTAINMENT CENTER • FA8538 AFSC PZAAB
Contracting Office Address
Robins Afb, GA
31098-1670 USA

More in NAICS 811210

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

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.