ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

KC-46 Landing Gear PBL

DEPT OF DEFENSE SPRHA1-26-R-4646
Response Deadline
Jul 28, 2026
117 days left
Days Remaining
117
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Defense Logistics Agency, DLA Aviation at Ogden, is seeking a single-award small business contract for the KC-46 Landing Gear Performance Based Logistics program to secure remanufacture and overhaul support for KC-46 landing gear depot-level repairables. The work covers KC-46 main and nose landing gear shipsets and subcomponents, including annual shipset deliveries and as-needed support for replacement parts and field-level demands. The acquisition is a requirements-type contract with a 5-year base and 5-year option, and the source selection emphasizes technical capability ahead of price and past performance; proposals are to be based on the 767-300F landing gear configuration, with requirements addressing ELT, RTAT, FAA compliance, AS9110 certification, and a 14 CFR Part 145 repair station. The solicitation is active from February 11, 2026 through July 28, 2026, and proposals are submitted electronically via DoD SAFE, with Kyle Swaner listed as the primary contact.

Classification Codes

NAICS Code
336413
Other Aircraft Parts and Auxiliary Equipment Manufacturing
PSC Code
1620
AIRCRAFT LANDING GEAR COMPONENTS

Solicitation Documents

31 Files
KC-46 Landing Gear PBL - RFP QA 3.6.26.pdf
PDF98 KBMar 23, 2026
AI Summary
This document addresses frequently asked questions regarding the KC-46 Landing Gear Performance Based Logistics (PBL) Request for Proposal (RFP). Key clarifications include guidance on submitting past performance information, allowing offerors flexibility to demonstrate relevance with detailed narratives for contracts beyond B767. The USAF confirmed specific part numbers (202513111-100, -200, -300) as top-level assembly numbers for a shipset, emphasizing there isn't a singular OEM part number. Offerors are required to base proposals on the 767-300F series landing gear due to data release restrictions, with final configurations determined post-award. Instructions for handling exceptions to solicitation requirements (FAR/DFARS) are provided, and clarifications on page size for charts and figures (up to 11x17 inches) were made. The RFP also defines a 'Team Member,' clarifying that subcontractors performing discrete tasks without program-level responsibility do not require teaming agreements.
KC-46 Landing Gear PBL - RFP QA 3.4.26.pdf
PDF91 KBMar 23, 2026
AI Summary
This document contains a series of questions and answers related to the KC-46 Landing Gear PBL Request for Proposal (RFP). Key topics include the submission of past performance information, with offerors responsible for demonstrating relevance; confirmation and clarification of USAF top-level assembly part numbers for full shipsets; and the unavailability of detailed component-level part numbers or technical data packages (TDP) prior to award due to data release restrictions. Offerors are instructed to base proposals on the 767-300F series landing gear, demonstrating their experience and capability to remanufacture it, and to identify any gaps between it and the 2C gear. The document also addresses compliance matrices for FAR/DFAR requirements and clarifies fill-in sections for inspection, acceptance, and F.O.B. Origin information.
KC-46 LGPBL - APPENDIX B - Performance Metrics Reconciliation.pdf
PDF314 KBMar 23, 2026
AI Summary
Appendix B outlines the performance requirements and metrics for a contractor providing remanufacturing services for KC-46 landing gear shipsets and sub-components. The document defines two key metrics: Exchange Lead Time (ELT) for shipsets and Remanufacture Turn Around Time (RTAT) for sub-components, both measured in calendar days. The contractor is responsible for meeting specific ELT (82 days) and RTAT targets to ensure timely delivery and operational readiness. The Performance Measurement & Reconciliation Tool (PMRT) will be used to track performance, calculate disincentives for late deliveries, and determine incentive payments for on-time shipset deliveries. The document details the calculation of 'Days Late' for both ELT and RTAT, along with corresponding disincentive tables. It also outlines a reconciliation process for annual adjustments and addresses scenarios like non-installable shipsets and Government Furnished Material (GFM) adjustments.
KC-46 LG PBL Pre-Solicitation Meeting Questions and Action Items.pdf
PDF199 KBDec 22, 2025
AI Summary
The KC-46 LG PBL Pre-Solicitation Action Item List and Q&A document addresses various aspects of the KC-46 Landing Gear Performance Based Logistics (PBL) contract. Key action items completed include clarifying that the Air Force is not a 'Tier 1' customer for technical support, establishing mechanisms and language for handling incident-related shipset overhauls outside of the standard TCI schedule, updating financial spreadsheets, and adding language to exclude O&A parts from GFM deductions in Appendix B. Additionally, surge requirements for sub-components were addressed, H0002 clause adjusted to 60 days, demand history provided, and a contractual error corrected. The Q&A section further clarifies contractor responsibilities for technical requests, pricing for shipsets and O&A parts, turnaround times, GFM conditions, proposal questions, reconciliation, ramp-up periods, and handling of late or non-compliant proposals. The document aims to refine the RFP process, ensure clarity for bidders, and establish a comprehensive framework for the KC-46 LG PBL contract.
KC-46 LG Pre-Solicitation Conf Charts.pptx
PowerPoint3357 KBDec 22, 2025
AI Summary
The KC-46 Landing Gear Strategy Pre-Solicitation Conference, held on November 19, 2025, outlined the government's expectations for a Draft Request for Proposal (RFP) focusing on the overhaul and support of KC-46 Tanker landing gear. This competitive small business set-aside contract (NAICS 336413) will be a single-award, requirements-type contract with a 5-year basic period and a 5-year option, utilizing Firm Fixed Price with Economic Price Adjustment. The selected contractor will be solely responsible for all outcomes, including 100% overhaul/remanufacture support for main and nose landing gear and sub-component/field-level support, adhering to OEM CMMs and technical data. Key requirements include meeting an 82-day Exchange Lead Time (ELT) for shipsets and specified Remanufacture Turn Around Times (RTAT) for sub-components, with incentives and disincentives tied to performance. The agenda covered government expectations, program and contract overview, Sections L & M, the Total Evaluated Price (TEP) Worksheet, Technical Requirements Document (TRD), and milestone schedule. Interested contractors were expected to review the Draft RFP prior to the conference and submit questions by November 28, 2025, in preparation for the final RFP release anticipated in January 2026. This conference was for planning purposes only and not a guarantee of solicitation or contract award.
KC46LGPBL PreSol Conference Sign-In Sheet.pdf
PDF280 KBDec 22, 2025
AI Summary
The provided government file is empty. Therefore, I am unable to identify any main topics, key ideas, or supporting details, nor can I analyze its purpose within the context of government RFPs, federal grants, or state/local RFPs. A comprehensive summary cannot be generated without content.
KC-46 Landing Gear PBL - RFP QA 3.23.26.pdf
PDF103 KBMar 23, 2026
AI Summary
This document contains a series of Q&A pertaining to the KC-46 Landing Gear PBL Request for Proposal (RFP). Key clarifications include the flexibility for offerors to submit relevant past performance information for similar landing gear (e.g., B737 alongside B767), with a strong emphasis on providing narratives to justify relevance. The document confirms specific USAF top-level assembly part numbers for shipsets (202513111 series) and clarifies that no singular OEM part number defines a shipset, as USAF drawings group various system-specific assembly part numbers. It also states that component-level part numbers and cross-references will be provided post-award, with proposals initially based on the -300F series landing gear to demonstrate technical proficiency. Further guidance is provided on compliance matrices for FAR/DFARS, the nature of
SPRHA1-26-R-4646 0002.pdf
PDF273 KBMar 23, 2026
AI Summary
This government solicitation SPRHA1-26-R-4646-0002 is an amendment for the KC-46 Landing Gear Performance Based Logistics (PBL) program. The amendment clarifies requirements in Section L, specifically correcting contract fill-ins and detailing the use of tables, charts, graphs, and figures. The solicitation outlines a Tradeoff source selection process for a single contractor, requiring proposals in four volumes: Technical, Price, Past Performance, and Contract Documentation. Key technical requirements include a detailed remanufacture plan for 767-300F landing gear shipsets, demonstrating capacity, FAA compliance, and AS9110 certification. Offerors must also address Exchange Lead Time (ELT) for shipsets and Remanufacture Turn Around Time (RTAT) for specific sub-components, including detailed process descriptions and risk mitigation. Pricing information must be submitted in a Total Evaluated Price (TEP) worksheet. Past performance requires submitting information on recent and relevant contracts, consent letters, and questionnaires. Contract documentation includes representations, certifications, and a Supply Chain Risk Management (SCRM) Plan covering cybersecurity, continuity of operations, and foreign influence. All other terms and conditions remain unchanged.
KC-46 LGPBL - APPENDIX C - Remanufacturing Requirements.pdf
PDF287 KBMar 23, 2026
AI Summary
This contract outlines the requirements for a contractor to manage remanufacturing operations for landing gear parts, supporting both 10-year TCI requirements and field-level sub-component failures. The contractor is responsible for ensuring all assets meet performance metrics and are authorized for return to service. Key responsibilities include total oversight of remanufacturing in compliance with TRD work requirements and CMMs, providing all necessary parts and materials (procuring new parts from Boeing or approved sources under an OMIT license), and maintaining a 14 CFR Part 145 Repair Station certified for 767 landing gear. The contractor must establish a secure parts control program with auditable documentation, provide technical support to the 417th, and comply with quality control (SAE AS 9110), reporting, and investigation procedures for deficiencies (PQDRs) and engineering investigations (EIs). The document also details procedures for handling missing or unrepairable parts, disposition of condemned parts, and cannibalization of serviceable parts, emphasizing compliance with technical data, CMM updates, and safety regulations.
KC-46 LGPBL - APPENDIX D - Acronyms Forms and Definitions.pdf
PDF219 KBMar 23, 2026
AI Summary
Appendix D provides a comprehensive list of acronyms, forms, and definitions crucial for understanding government contracts, particularly within the defense and aerospace sectors. The acronyms cover various entities, technical terms, and operational procedures like AFI (Air Force Instruction), DFAR (Defense Federal Acquisition Regulation Supplement), and IUID (Item Unique Identification). The forms section details essential documents such as AFTO Form 95 for tracking repairs, DD Form 1155 for placing orders, and FAA Form 8130-3 for airworthiness approval. Key definitions clarify terms like Administrative Contracting Officer (ACO), Depot Level Maintenance, Government Furnished Property (GFP), and National Stock Number (NSN), all vital for federal RFPs and grants. This document serves as a foundational reference for anyone involved in federal procurement, maintenance, and logistics, ensuring clear communication and compliance within government operations.
01 - KC-46 LG PBL NSN List (Attachment 1).xlsx
Excel28 KBMar 23, 2026
AI Summary
This government file details various components for Main Landing Gear (MLG) and Nose Landing Gear (NLG) assemblies, categorized into three sections: standard parts, Government Furnished Material (GFM), and Over and Above (O&A) Replacement Parts. Each section lists specific gear types (MLG or NLG), National Stock Numbers (NSN), National Item Identification Numbers (NIIN), and corresponding descriptions (NOUN (IPC)). The file also includes associated Part Numbers (PN) for each component. The standard parts section outlines a comprehensive list of MLG and NLG assemblies and sub-components. The GFM section mirrors the standard parts, indicating which components are supplied by the government. The O&A Replacement Parts section specifies components that may require replacement beyond the initial build, focusing on critical items like cylinders, outer cylinders, and beam assemblies for both MLG and NLG. This document appears to be part of an RFP, grant, or similar government procurement, detailing the required landing gear components for an aircraft or similar system.
02- PMRT Workbook (Attachment 2).xlsx
Excel104 KBMar 23, 2026
AI Summary
This government file outlines a comprehensive disincentive and incentive structure for a contract involving the overhaul and delivery of ship sets over a ten-year period. It details a 'Days Late Disincentive' with escalating costs for delays, reaching up to $559,618.06 for 30 days late in Year 10. The document also includes a 'Sigmoid Curve' and 'Disincentive Table' illustrating a penalty percentage that increases with the number of days late, up to a maximum of 8% for 90 or more days late. Conversely, an 'Incentive Reconciliation' section provides a 'Fixed Incentive per Ship Set' of $20,000, with a 'Penalty Calculation' for on-time delivery percentages below 80% and an 'Incentive Calculation' for on-time delivery percentages above 80%. A specific example for Year 1 (2025) shows 14 actual ship sets, with 12 delivered on time, resulting in a total disincentive of $209,260.00 and an incentive of $12,716.62. The file concludes with 'Weighted Index Historical Data' for materials and labor, alongside 'Metals Index Historical Data' and 'Labor Index Historical Data' (average hourly earnings for aerospace manufacturing) from 2015 to 2025, which are likely used for calculating 'Notional Escalation' rates for years 2 through 10.
03 - SSLLP Disassembly Tracking (Attachment 3).xlsx
Excel30 KBMar 23, 2026
AI Summary
This government file details instructions and a comprehensive list of components for aircraft landing gear assemblies, specifically focusing on the Nose Landing Gear (NLG) and Main Landing Gear (MLG) Left Hand (LH) and Right Hand (RH) shock, drag, and side brace assemblies. The document outlines procedures for tracking grouped items using Next Higher Assemblies (NHA) for traceability and Work Unit Control (WUC) for cycle counts on assigned aircraft. It emphasizes the importance of accurate nomenclature using IPC or CMM part identification and details how to handle discrepancies in Life Limited Part Numbers (LLP-P/N) and serial numbers (LLP-S/N) discovered during teardown or inspection. The instructions require submitting a Form 202 for any discrepancies and outline the process for awaiting government response regarding the use of differing components or acquiring new LLPs if no response is provided within 30 days. The file serves as a critical guide for maintenance, inspection, and inventory control of essential aircraft landing gear components, ensuring proper documentation and compliance with government regulations.
04 - SSLLP Assembly Tracking (Attachment 4).xlsx
Excel31 KBMar 23, 2026
AI Summary
This government file outlines a detailed inventory and traceability system for aircraft components, specifically focusing on landing gear assemblies (Nose Landing Gear, Main Landing Gear Left-Hand, and Main Landing Gear Right-Hand). It provides instructions for tracking various components using Next Higher Assemblies (NHA), Work Unit Control (WUC) for cycle counts, and Life Limited Part Numbers (LLP-P/N) with corresponding serialized numbers (LLP-S/N). The document also specifies requirements for recording installation dates, government acceptance dates, item inspection/repair dates, failure defects, and destruction methods. Additionally, it mandates documentation for repairs, discrepant components (Form 202), and the history of new or used components, including cycles and previous aircraft installations. The file lists numerous parts for each landing gear assembly, indicating their NHA, LLP-P/N, and LLP-S/N, ensuring comprehensive tracking and maintenance records for critical aircraft parts.
05 - KC-46 TCI Schedule (Attachment 5).xlsx
Excel28 KBMar 23, 2026
AI Summary
The provided data outlines a detailed schedule for C-checks and final adjusted inductions (TWT) for various tails, spanning from FY28 to FY38. Each entry includes a tail number, C-check type (05C), C-check due date, fiscal year (FY), and the final adjusted induction date. The data also includes a section titled "TCI by Contract Award and PoP," which presents a monthly breakdown of contract awards, showing the number of awards per month across different contract years (1-10) and a total result for each month and contract year. The total number of contract awards sums up to 154, with a total result of 287. This document appears to be a planning or tracking schedule for aircraft maintenance and contract awards within a government or defense context.
06 - KC-46 LG TEP - (Attachment 6).xlsx
Excel77 KBMar 23, 2026
AI Summary
This government file outlines the pricing and general instructions for the TCI Ship Set Overhaul, focusing on fixed-rate bids for major end-items and individual parts, excluding replacement parts. Contractors are required to input bid prices on designated yellow tabs, with all proposed rates fixed. The pricing for the first year will be escalated based on specific clauses. Offerors should propose individual Return to Awaiting Transport (RTAT) times, quantity ranges (up to three), and associated overhaul pricing for each part. The government will evaluate pricing according to Section M of the solicitation. Brown tabs provide informational data, including NSN lists, yearly estimates, and replacement part details, with actual pricing to be updated annually based on index changes. The document also includes historical data for weighted index (materials and labor), metals index (PPI Commodity Data), and labor index (Employment, Hours, and Earnings from the Current Employment Statistics) along with instructions on how to access this data from the Bureau of Labor Statistics website, and a notional escalation table.
07 - Past Performance Consent Letter (Attachment 7).docx
Word34 KBMar 23, 2026
AI Summary
The document outlines a sample consent letter required for subcontractors and teaming partners to release past performance information to a prime contractor. This consent is crucial because the government cannot disclose such information to a private party, like a prime contractor, without explicit permission. The letter, to be submitted with the Past Performance Volume of a proposal, facilitates the government's Past Performance Review Team in assessing the relevancy and recency of past performance. It acknowledges the government's emphasis on past performance for best value in source selections and grants permission to discuss past performance during the source selection process. This form ensures transparency and compliance with regulations during federal procurement processes.
08 - Past Performance Client Auth Ltr (Attachment 8).docx
Word28 KBMar 23, 2026
AI Summary
This document is a Client Authorization Letter for RFP SPRHA1-26-R-4646, concerning the KC-46 Landing Gear PBL Acquisition for the Department of the Air Force, Hill Air Force Base (HAFB). It requires offerors to obtain and submit authorization letters from their past performance clients, and similarly for critical subcontractors, teaming contractors, and joint venture partners. These letters grant permission for clients to respond to government inquiries regarding the offeror's past work on relevant commercial contracts. The purpose is to assist the Government’s Past Performance Review Team in assessing past performance. The letter specifies the contact information for the government point of contact, Kyle Swaner, at Hill AFB. Offerors are responsible for sending these letters and questionnaires to their respective points of contact and including a signed copy in their past performance volume.
09 - Past Performance Questionnaire (Attachment 9).docx
Word40 KBMar 23, 2026
AI Summary
This document is a Past Performance Questionnaire for Solicitation SPRHA1-26-R-4646, issued on October 1, 2025. Its purpose is to evaluate contractor performance for the KC-46 LG PBL contract, with responses significantly influencing the award decision. The questionnaire outlines a rating system (Acceptable, Unacceptable, Not Applicable, Unable to Assess) and requires detailed identifying information about the contractor and contract. It assesses performance across three key technical factors: Remanufacture Capability and Capacity, Exchange Lead Time (ELT Shipsets), and Remanufacture Turn Around Time (RTAT, Sub-Components). Each sub-factor includes specific criteria such as MRO services success, equipment capacity, lead time adherence, quality deficiency resolution, subcontractor management, and logistics support. Additionally, general questions inquire about organizational structure effectiveness and awareness of other similar contracted efforts. Completed questionnaires should be emailed to Kyle Swaner (kyle.swaner@us.af.mil) by the specified date. The document emphasizes the importance of providing supporting narratives that align with the performance ratings.
10 - Past Performance Information Sheet (Attachment 10).docx
Word40 KBMar 23, 2026
AI Summary
The document outlines instructions for submitting Past Performance Information Sheets for Solicitation SPRHA1-26-R-4646. Offerors must provide detailed information for each relevant contract, including company details, program title, contract specifics (agency, number, role, type, value, performance period, and changes), customer points of contact, unique considerations, key personnel, and a brief program description. A critical component is demonstrating relevancy to specific technical sub-factors outlined in Section M of the solicitation. The instructions emphasize conciseness, adherence to formatting, and limiting submissions as per Section L. This ensures a comprehensive evaluation of past performance based on the similarity of prior work to the current acquisition's requirements and the team member's proposed role.
11 - Team Roles and Responsibilities (Attachment 11).xlsx
Excel20 KBMar 23, 2026
AI Summary
The document outlines instructions for detailing team roles and responsibilities within a proposal for the KC-46 LG PBL solicitation (SPRHA1-26-R-4646). Proposers must list each participating company, including their business size, Cage Code, and DUNS Number. They also need to mark with an 'X' each sub-factor (Remanufacture Capability and Capacity, Exchange Lead Time (ELT, Shipsets), and Remanufacture Turn Around Time (RTAT, Sub-Components)) that each team member will be involved in. The document specifies that contractors not participating in a particular sub-factor will not be evaluated for it. The file must be saved as the company name in Excel format. An example table is provided with entries for ABC, Inc., XYZ, Inc., LMNOP, Inc., and HIJK, Inc., demonstrating how to fill out the required information and indicate participation in the sub-factors.
12 - Process Steps For Parts Beyond CMM Repairability (Attachment 12).docx
Word93 KBMar 23, 2026
AI Summary
The document outlines the detailed process for repairing or replacing KC-46 landing gear components when the required work falls outside the standard Component Maintenance Manual (CMM) procedures. The process differentiates between
13 - GFM and Instructions (Attachment 13).docx
Word56 KBMar 23, 2026
AI Summary
This document, "GOVERNMENT PROPERTY MANAGEMENT / GFM INSTRUCTIONS," details the management and control of government-owned property and Government-Furnished Materiel (GFM) for contract depot maintenance at Hill Air Force Base. It outlines procedures for obtaining, maintaining, protecting, controlling, accounting for, and disposing of GFM, expanding upon the Federal Acquisition Regulation (FAR). Key aspects include the strict authorization of GFM via an approved listing, contractor responsibilities for property control records and physical inventories, reporting requirements for production problems, and detailed instructions for the disposition of excess or condemned government property. The document also defines key terms like Administrative Contracting Officer (ACO), Commercial Asset Visibility Air Force (CAV AF), and various types of government and contractor-furnished property. It emphasizes accurate and timely reporting through CAV AF and adherence to various DoD and Air Force directives for property management and accountability.
14 - KC-46 LG PBL CDRL Listing and Matrix (Contractor) (Attachment 14).xlsx
Excel22 KBMar 23, 2026
AI Summary
This document outlines a comprehensive list of Contract Data Requirements List (CDRL) items, detailing various reports and plans essential for government contract oversight and project management. The CDRLs, identified by codes A001 through A022, cover diverse aspects such as status reporting, tracking of SSLLP disassembly and assembly, spares purchasing, tear-down and repair, program management reviews (PMRs), action items, lead time reports, remanufacture turnaround times, asset visibility, production, government property inventory, IUID marking, packaging, missing parts, DMSMS management, integrated master plans/schedules, failure analysis, corrective action plans, and government-furnished material requisition/inventory. Each CDRL specifies a frequency, a Data Item Description (DID) reference, a Technical Requirements Document (TRD) reference, and points of contact (POCs) for communication. This structured approach ensures meticulous tracking, reporting, and management of various project facets, crucial for federal government RFPs and contracts.
KC-46 LG PBL NSN List.xlsx
Excel28 KBJan 27, 2026
AI Summary
This document is a detailed inventory and breakdown of landing gear components, categorized by Main Landing Gear (MLG) and Nose Landing Gear (NLG), for a federal government procurement or maintenance request. It lists specific parts under three main sections: 'Shipset,' 'Government Furnished Material,' and 'Over and Above (O&A) Replacement Parts.' Each entry includes a Line Item (LI) number, Gear Type, National Stock Number (NSN), National Item Identification Number (NIIN), and a detailed description (NOUN) with corresponding Part Numbers (PN). The document aims to provide a comprehensive list of landing gear assemblies and their sub-components, indicating which parts are provided by the government and which are considered 'over and above' replacements, crucial for ensuring clarity in an RFP or grant for aircraft maintenance or manufacturing.
KC-46 Landing Gear PBL - RFP QA 2.10.26.pdf
PDF124 KBMar 23, 2026
AI Summary
This document contains a Q&A for an RFP related to the KC-46 Landing Gear Performance Based Logistics (PBL) contract. Key questions address the submission of past performance information, clarifying that offerors are responsible for demonstrating relevance through narratives, and confirming the use of similar landing gear (e.g., B737) in addition to B767. Other questions verify USAF top-level assembly numbers (202513111-100, -200, and -300), noting they group various OEM part numbers into a single shipset definition, and that component-level part numbers will be provided post-award based on a -300F series landing gear for technical proficiency demonstration.
SPRHA1-26-R-4646.pdf
PDF595 KBMar 23, 2026
AI Summary
This government solicitation, SPRHA1-26-R-4646, issued by DLA Weapons Support – Ogden, is a Request for Proposal (RFP) for a Requirements Type Contract (RTC) to provide overhaul/remanufacture sustainment support for KC-46 Main Landing Gear (MLG) and Nose Landing Gear (NLG) shipsets and subcomponents. The contract consists of a 5-year base period and a 5-year option, totaling ten years. Key aspects include annual delivery orders for shipsets, as-needed delivery orders for subcomponents, and an Economic Price Adjustment (EPA) clause for annual price adjustments based on labor and material costs. The solicitation is a total small business set-aside, requiring compliance with various FAR and DFARS clauses, including limitations on subcontracting and electronic submission of payment requests via WAWF. An ombudsman is appointed to facilitate resolution of concerns.
KC-46 LGPBL - TRD Main.pdf
PDF269 KBMar 23, 2026
AI Summary
The KC-46 Landing Gear Performance Based Logistics (PBL) Technical Requirements Document (TRD) outlines a 10-year contract for the remanufacture and subcomponent support of KC-46 landing gear. This fixed-price contract, with an economic price adjustment, aims to provide 100% remanufacture support for 10-year Time Change Intervals (TCI) and field-level sub-component support. Key objectives include maximizing component life, minimizing remanufacture costs, and implementing industry best practices. Performance will be measured by Exchange Lead Time (ELT) for shipsets and Remanufacture Turn Around Time (RTAT) for sub-components, with incentives/disincentives applied. The document details general work requirements, safety, supply chain risk management, security, and government-furnished data, emphasizing compliance with FAA, OSHA, and EPA regulations. The contract will be managed through semi-annual Program Management Reviews and delivery orders placed by the Defense Logistics Agency (DLA).
KC-46 LGPBL - APPENDIX A - Supply Chain and Program Management .pdf
PDF225 KBMar 23, 2026
AI Summary
Appendix A outlines the supply chain and program management requirements for a government contract, focusing on KC-46 landing gear remanufacturing. Key aspects include a minimum 3-month phase-in for the contractor to achieve full performance and a structured phase-out process for transition. The document details Government Furnished Property (GFP) and Government Furnished Material (GFM) management, emphasizing contractor responsibility for Contractor Furnished Material (CFM) and strict conditions for GFM requests. It also covers surge requirements, shipping, packaging, and extensive contractor reporting obligations via Contract Data Requirements Lists (CDRLs) for items such as progress, SSLLP tracking, spares, tear-down/repair, ELT/RTAT, CAV AF, and annual inventory. Procedures for
KC-46 LGPBL CDRL Portfolio.pdf
PDF3744 KBMar 23, 2026
AI Summary
The provided file is a technical note indicating that the document is a PDF portfolio best viewed in Adobe Acrobat X or Adobe Reader X, or later versions. It prompts the user to
SPRHA1-26-R-4646 0001.pdf
PDF324 KBMar 23, 2026
AI Summary
This document outlines an amendment/modification to a solicitation for the KC-46 Landing Gear Performance Based Logistics (KC-46 LG PBL) program, specifically amending solicitation number SPRHA126R4646. The purpose of this amendment is to clarify requirements in sections L (Instructions to Offerors) and M (Evaluation Factors for Award). The solicitation seeks proposals for a single contractor to remanufacture 767-300F landing gear shipsets and sub-components, with an emphasis on capability, capacity, exchange lead time (ELT), and remanufacture turnaround time (RTAT). Proposals are to be submitted electronically via DoD SAFE and evaluated based on Technical (most important), Price, and Past Performance (least important) factors. The government intends to award a single contract to the offeror representing the best overall value, reserving the right to award without discussions.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 22, 2025
amendedAmendment #1· Description UpdatedNov 3, 2025
amendedAmendment #2· Description UpdatedNov 25, 2025
amendedAmendment #3· Description UpdatedDec 22, 2025
amendedAmendment #4· Description UpdatedFeb 10, 2026
amendedAmendment #5· Description UpdatedFeb 20, 2026
amendedAmendment #6· Description UpdatedMar 4, 2026
amendedAmendment #7· Description UpdatedMar 6, 2026
amendedLatest Amendment· Description UpdatedMar 23, 2026
deadlineResponse DeadlineJul 28, 2026
expiryArchive DateAug 28, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA AVIATION AT OGDEN, UT

Point of Contact

Name
Kyle Swaner

Place of Performance

UNITED STATES

Official Sources