ContractSolicitation

KC-46 Commercial Common Repairable Support-Amendment 3

DEPT OF DEFENSE FA8109-26-R-0001
Response Deadline
Feb 20, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support under a competitive, full and open solicitation. The primary objective is to establish a contract for worldwide supply support of KC-46A Depot Level Repair (DLR) National Stock Numbers (NSN), requiring a 30-day exchange of unserviceable assets for FAA-certified serviceable ones, with a focus on maintaining FAA certification standards. This contract, valued at up to $470,978,031.72 over a five-year base period, is crucial for ensuring the operational readiness of KC-46 aircraft through effective repair and exchange services. Interested contractors must submit their proposals by February 20, 2026, at 3:00 PM CST, and can direct inquiries to Stephen Schexnayder or Joshua Taft via their provided email addresses.

Classification Codes

NAICS Code
336413
Other Aircraft Parts and Auxiliary Equipment Manufacturing
PSC Code
J016
MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES

Solicitation Documents

20 Files
Attachment_4_QASP_KC-46_Strategic_CCR.pdf
PDF537 KB2/19/2026
AI Summary
The Quality Assurance Surveillance Plan (QASP) for the KC-46 Strategic Repairable Support Contract (FD20302501846) outlines a structured process for monitoring contractor performance against contractual requirements. Issued by the 448 Supply Chain Management Wing, the QASP details roles and responsibilities of a Multi-Functional Team (MFT), including the Program Manager, Contracting Officer, Quality Assurance Program Coordinator, and Contracting Officer Representative. It emphasizes the contractor's Quality Management System (QMS) for continuous improvement. The plan covers performance assessment, surveillance methods (100% inspection, periodic inspection, review of audits, customer complaint/observation), and remedies for non-conformance. The goal is to ensure high-quality service, with the QASP being a dynamic document that can be revised with MFT coordination.
Exhibit-A-CDRLs-DIDs-15 Jan 26.pdf
PDF47814 KB2/19/2026
AI Summary
DI-PSSS-81995A outlines the requirements for the Contract Depot Maintenance (CDM) Monthly Production Report, a crucial data item description (DID) for federal depot-level maintenance contracts. This report provides the Government with essential monthly maintenance production figures, asset status and accountability, performance against schedules, next month's anticipated production, and a summary of unresolved issues. The DID supersedes DI-PSSS-81995 and details specific formatting and content, including information provided by both the Production Management Specialist (PMS) and the contractor. Key data points cover contract and program details, item identification, quantities on contract, reparables received and on hand, items awaiting parts, quantities produced, serviceables on hand and shipped, condemned quantities, and a forecast for the next month's production. A production summary is required under specific conditions, such as unmet forecasts or anticipated problems. This document ensures standardized reporting for efficient management and oversight of government maintenance contracts.
FA810926R00010001_KC-46_RFP_Amendment 1.pdf
PDF164 KB2/19/2026
AI Summary
This document is an amendment to Solicitation FA8109-26-R-0001, issued by the Department of the Air Force, AFSC PZAAC. It pertains to a Multiple-Award Contract Solicitation for "KC-46 Strategic Commercial Common Repair." The solicitation has a base period of five years with no options and a total program ceiling of $470,978,031.72 for all task orders. The minimum order amount per contract is $500, fulfilled by a mandatory post-award conference. The amendment details various contract line items (CLINs) for commercial and non-commercial KC-46 aircraft/component parts, covering services such as exchange, repair, teardown, test & evaluation (TT&E), over & above work, beyond economical repair (BER), and no fault found (NFF). Each service outlines firm fixed prices or cost reimbursement, delivery requirements (typically 30 calendar days), inspection, and acceptance at destination. Key clauses include requirements for Supplier Performance Risk System (SPRS) assessments, NIST SP 800-171 compliance, and unique item identification (IUID) for items over $5,000 or specifically identified. The document also incorporates numerous FAR and DFARS clauses related to contractor conduct, cybersecurity, small business utilization, labor standards, and environmental protection, emphasizing compliance with federal regulations and ethical business practices.
FA810926R00010002_KC-46_RFP 22 Jan 26.pdf
PDF97 KB2/19/2026
AI Summary
The Department of the Air Force has issued Amendment FA8109-26-R-0001-0002 for the KC-46 Strategic Commercial Common Repair Multiple-Award Contract Solicitation. This amendment, dated December 5, 2025, extends the offer receipt deadline to February 20, 2026, at 3:00 PM. The solicitation is for an Indefinite Quantity contract, with a total program ceiling of $470,978,031.72 for all task orders. The minimum order amount per contract is $500, fulfilled by a mandatory post-award conference. The contract covers a five-year base period for commercial and non-commercial KC-46 aircraft/component part exchange, repair, teardown, test, evaluation, and other related services. Offerors must comply with NIST SP 800-171 DoD Assessment requirements, with a score of 110 in the Supplier Performance Risk System (SPRS) or a submitted compliance plan. Various clauses and provisions are incorporated, including those related to safeguarding defense information, Buy American Act, small business subcontracting, and prohibitions on certain foreign acquisitions.
Attachment_2-KC-46_CASPER_NSN_List_21Jan26.xlsx
Excel144 KB2/19/2026
AI Summary
The provided document is a comprehensive list of part numbers (PNs), National Stock Numbers (NSNs), Federal Supply Classification (FSC) codes, National Item Identification Numbers (NIINs), and associated nomenclature for various aircraft components. The items range from major structural components like landing gear, aircraft doors, and boom assemblies for aerial refueling to intricate electrical and hydraulic systems such as sensors, switches, controllers, and actuators. The file also details various panels, wiring harnesses, and specialized computer and communication equipment. Many entries include specific configurations, alternate part numbers, effectivities (e.g., VZ001-VZ004), and in some cases, notes on obsolescence or replacement by newer configurations. The document appears to be a catalog or inventory relevant to the KC-46 aircraft, with a column indicating 'KC-46 Unique' for many parts. This detailed listing serves as a critical reference for procurement, maintenance, and logistical support within a government aviation context.
Exhibit_B-KC-46_ELINs.xlsx
Excel145 KB1/22/2026
AI Summary
The document provides a comprehensive list of part numbers (PN), corresponding National Stock Numbers (NSN), Federal Supply Codes (FSC), and National Item Identification Numbers (NIIN) for various aircraft components. The items span a wide range of categories, including valves, switches, actuators, doors, sensors, tanks, controllers, power supplies, extinguishers, receptacles, boom control sticks, computers, gearboxes, transponders, heat exchangers, wiring harnesses, shock absorbers, pumps, nozzles, latches, processors, data transfer units, interface units, amplifiers, receivers, transmitters, displays, relays, gimbals, bungee assemblies, fairings, boom assemblies, telescoping tubes, recoil assemblies, elevators, rudders, manifolds, swivel joints, control panels, audio management units, collision avoidance computers, proximity switches, and heat sinks. Many entries indicate whether the item is
Attachment_5_Ordering Procedures KC-46.pdf
PDF540 KB1/22/2026
AI Summary
This draft document outlines the ordering procedures for the KC-46 Commercial Aircraft Strategic Parts Exchange and Repair (CASPER) Multiple Award Contract (MAC) Indefinite Delivery-Indefinite Quantity (IDIQ). It establishes guidelines for issuing orders for commercial and non-commercial aircraft parts, adhering to FAR 16.505 and its supplements. The process involves Fair Opportunity Proposal Requests (FOPRs), proposal submission, evaluation, and award, with the government reserving the right to use reverse auctions. Task orders will be firm-fixed price, including shipping, and require awardees to maintain FAA Part 145 Repair Facility certification for specific parts. The document also details procedures for initial and subsequent task orders, proposal evaluation criteria (Technical, Price, Delivery, Past Performance), and provisions for protests, FOPR cancellation, and on/off-ramping of contractors based on certification and performance. The government retains the unilateral right to add or remove contractors to maintain a competitive environment.
Attachment_2-KC-46_CCR_NSN_List.xlsx
Excel145 KB1/22/2026
AI Summary
This government file is a comprehensive list of part numbers (PNs), associated National Stock Numbers (NSNs), Federal Supply Classes (FSCs), National Item Identification Numbers (NIINs), and descriptions for various aircraft components. The document details items such as valves, switches, actuators, doors, sensors, tanks, controllers, power supplies, extinguishers, wiring harnesses, heat exchangers, pumps, nozzles, and numerous other parts critical for aircraft systems like aerial refueling booms, flight control surfaces, and electronic systems. Many entries specify
Attachment_1_PWS_KC-46_CASPER_MAC.pdf
PDF297 KB1/22/2026
AI Summary
The KC-46 Strategic Repairable Support Performance Work Statement (PWS) outlines requirements for worldwide supply support of KC-46A Depot Level Repair (DLR) National Stock Numbers to the 448 Supply Chain Management Wing (SCMW). The contractor must provide serviceable, FAA-certified assets within a 30-day exchange period, ensuring compliance with FAA and Air Force sustainment standards. Key responsibilities include managing procurement, addressing diminishing manufacturing sources, and implementing robust supply chain risk management, including cybersecurity and foreign influence mitigation. The PWS details performance objectives, surveillance methods, and reporting requirements, emphasizing the contractor's role in maintaining the airworthiness and operational readiness of the KC-46A fleet.
Attachment_1_PWS_KC-46_CASPER_MAC_15Jan26.pdf
PDF312 KB2/19/2026
AI Summary
This Performance Work Statement (PWS) outlines the requirements for KC-46 Strategic Repairable Support, focusing on worldwide supply support for KC-46A Depot Level Repair (DLR) National Stock Numbers (NSN) to the 448 Supply Chain Management Wing (SCMW). The contractor must provide a serviceable asset within 30 days of receiving an unserviceable item, ensuring FAA certification. Key aspects include management of Government Furnished Property (GFP), procurement of FAA-approved parts, warranty provisions, deficiency reporting, shelf-life item management, and packaging in accordance with commercial and military standards. The PWS also addresses environmental management, surge operations, over & above requests, hardware substitutions, consumption data tracking, Commercial Asset Visibility Air Force (CAVAF) reporting, Operational Security (OPSEC), Supply Chain Risk Management (SCRM), and comprehensive program management support. Performance objectives and surveillance methods are detailed to ensure contractual compliance and evaluate contractor performance.
Attachment_5_Ordering_Procedures_KC-46_22Jan26.pdf
PDF382 KB2/19/2026
AI Summary
This draft document outlines the ordering procedures for the KC-46 Commercial Aircraft Strategic Parts Exchange and Repair (CASPER) Multiple Award Contract (MAC) Indefinite Delivery-Indefinite Quantity (IDIQ). It details the process for issuing firm-fixed-price delivery and task orders, including the requirement for a Fair Opportunity Proposal Request (FOPR) to all FAA Part 145 Repair Facility certified awardees, unless an exception applies. The document covers proposal submission (30-day default), evaluation criteria (Technical, Price, Delivery, Past Performance), and post-award procedures. It also addresses protests, proposal preparation costs, FOPR cancellation, and the government's unilateral right to 'on-ramp' additional contractors or 'off-ramp' those who fail to maintain certifications.
KC-46_RFP_Questions_Answers-Responses-15 Jan 26.xlsx
Excel36 KB2/19/2026
AI Summary
The government is seeking proposals for worldwide supply support of KC-46A Depot Level Repair (DLR) National Stock Numbers (NSNs) through a Multiple Award Contract (MAC) Indefinite Delivery/Indefinite Quantity (IDIQ). Contractors must possess or utilize FAA Part 145 Repair Station certifications, with the prime contractor responsible for all documentation and capability requirements. The core requirement is a 30-day or less exchange of unserviceable assets for FAA-certified serviceable items. Pricing will be firm-fixed-price (FFP) and required at the Fair Opportunity Proposal Request (FOPR) stage, with awards based on Lowest Price Technically Acceptable (LPTA) criteria for reverse auctions. Subcontracting is permitted, and Boeing 767 certifications are acceptable for common components. The RFP response deadline is February 13, 2026.
Exhibit-A-CDRLs-DIDs.pdf
PDF2535 KB2/19/2026
AI Summary
This government file, FD20302501846, outlines various data requirements for the KC46 Strategic Commercial Common system, encompassing basic and option years. It details thirteen data items, including the Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report (A001), Inventory/Utilization Data Report (A002), Quality Deficiency Report (A003), Material Data Report (A004), Diminishing Manufacturing Sources and Material Shortages (DMSMS) Life Cycle Management Data (A005), Production Surge Plan (A006), Counterfeit Prevention Plan (A007), Commercial Asset Visibility AF (CAV AF) End Item Reporting (A008), Meeting Agenda (A009), Meeting Minutes (A010), Presentation Material (A011), Contract Depot Maintenance (CDM) Monthly Production Report (A012), and Supply Chain Risk Management (SCRM) Plan (A013). Each data item specifies its title, authority, contract reference, requiring office, frequency of submission, and distribution remarks, often requiring electronic submission via secure email or the CAV AF system. Many data items include explicit warnings regarding export control, criminal penalties for violations, and destruction notices for both classified and unclassified documents. The document underscores the importance of timely and accurate data submission, adherence to specific formats (e.g., Microsoft Excel, PDF), and compliance with various DoD instructions and manuals for information security and distribution. The overall purpose is to ensure comprehensive data collection and reporting for the management, sustainment, and oversight of the KC46 system, addressing potential risks, operational demands, and quality control.
Attachment_3_CAVAF_Requirements.pdf
PDF302 KB2/19/2026
AI Summary
The CAV AF Reporting Requirements document outlines contractor responsibilities for managing and reporting government-owned assets within the Commercial Asset Visibility Air Force (CAV AF) system. This includes daily reporting of asset status, ensuring accuracy of physical assets, and managing Government Furnished Property (GFP). Contractors must assign two CAV AF reporters who complete initial and annual DoD Information Assurance training. The document details specific transactional reporting requirements for "Not-on-Contract" items, Inventory Control Point items, and Contract Line Item Number repairable assets. It also provides guidelines for using DD Form 1348-1A for receipt and shipping actions, addressing system downtime, and handling contract closure dispositions. The file emphasizes timely and accurate reporting, outlining consequences for systemic data problems, and details procedures for reporting discrepancies incident to shipment, including misidentified items, quantity variations, and missing components.
FA810926R0001_KC-46_RFP_14Nov25_Highlighted.pdf
PDF418 KB2/19/2026
AI Summary
This government Request for Proposal (RFP) FA8109-26-R-0001, issued by the Department of the Air Force, AFSC PZAAC, outlines a multiple-award, indefinite-quantity contract for KC-46 Strategic Commercial Common Repair services. The contract has a maximum value of $470.9 million over a five-year base period, with a minimum order of $500 per contract. It covers the exchange, repair, teardown, test, and evaluation (TT&E) of both commercial and non-commercial KC-46 aircraft and component parts, as well as "Over & Above" work and "Beyond Economical Repair" services. Travel and data services are also included. Offerors must comply with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to unique item identification (IUID), safeguarding covered defense information, and small business utilization. Notably, contractors must have a current NIST SP 800-171 DoD Assessment score of 110 in the Supplier Performance Risk System (SPRS) or submit a compliance plan. A post-award conference is mandatory for each awardee to fulfill the minimum order requirement.
KC-46_RFP_Questions_Answers-Responses-12 Feb 2026.xlsx
Excel47 KB2/19/2026
AI Summary
The document outlines Q&A regarding an RFP for KC-46 Depot Level Repair (DLR) National Stock Numbers (NSN) supply support. The government clarifies that Certificates of Conformance (CoC) are acceptable alongside FAA 8130-3 tags for certification. Subcontractors are permitted, with the prime contractor responsible for documentation and capabilities. FAA Part 145 certification is required at the component level, not airframe. A 30-day turnaround time for repair or exchange is the benchmark, with case-by-case evaluations for exceptions. DMSMS program requirements have been removed. Shipping costs are to be included in firm-fixed-price proposals, and no separate reimbursable CLINs for shipping will be provided. The contract will utilize a Firm-Fixed-Price Flat-Rate Exchange model. Proposal submissions must adhere to FAR Part 15 rules, while contract administration will follow FAR Part 12 commercial procedures. Integrators are eligible to compete by submitting subcontractor FAA Part 145 certifications. Classified information handling is anticipated. Each award is for a specific quantity, not a fixed duration, with continuous competition through FOPRs.
KC-46_RFP_Questions_Answers-Responses-2 Feb 26-Final.xlsx
Excel47 KB2/19/2026
AI Summary
The document outlines a government Request for Proposal (RFP) for worldwide supply support of KC-46A Depot Level Repair (DLR) National Stock Numbers (NSN) to the 448 Supply Chain Management Wing (SCMW). The core requirement is a 30-day or less exchange of unserviceable assets for FAA-certified serviceable ones, with a one-year warranty. Contractors must possess FAA Part 145 Repair Station certification, which can include Boeing 767 certification. Subcontractors are permitted, with the prime contractor responsible for all documentation. Pricing will be firm-fixed-price (FFP) based on individual Fair Opportunity Proposal Requests (FOPRs) for specific quantities, not a long-term award for a part number. Technical acceptability is solely based on FAA Part 145 certification, with awards for reverse auctions being Lowest Price Technically Acceptable (LPTA). The RFP emphasizes compliance with FAR Part 15 for proposal submission, and FAR Part 12 for contract administration. The government will not provide a separate CLIN for shipping costs, nor will it accept configurations not in the IPC.
KC-46_RFP_Questions_Answers-Responses-13 Feb 2026.xlsx
Excel48 KB2/19/2026
AI Summary
The document outlines a federal Request for Proposal (RFP) for the KC-46 Depot Level Repair (DLR) National Stock Numbers (NSN) program, focusing on questions and answers between potential contractors and the government. The core requirement is to provide worldwide supply support for KC-46 DLR NSNs, emphasizing a 30-day or less exchange of unserviceable assets for FAA-certified serviceable ones. Key aspects include the acceptance of Certificate of Conformance (CoC) in lieu of FAA Form 8133-3, the eligibility of integrators using certified subcontractors, and the use of a Firm Fixed Price (FFP) Flat-Rate Exchange model for orders. Technical acceptability hinges solely on FAA Part 145 certification for relevant parts, with proposals evaluated on a Lowest Price Technically Acceptable (LPTA) basis for reverse auctions. The government clarifies that travel CLINs are cost-reimbursable, classified information handling may be required, and a 30-day turnaround time (TAT) is an expected benchmark, though case-by-case modifications are possible. The RFP response date has been extended to February 13, 2026.
KC-46_RFP_Questions_Answers-Responses-13 Feb 2026 v2.xlsx
Excel48 KB2/19/2026
AI Summary
The document outlines Q&A regarding a federal government Request for Proposal (RFP) for worldwide supply support of KC-46A Depot Level Repair (DLR) National Stock Numbers (NSN). Key points include the acceptance of Certificates of Conformance (CoC) in lieu of FAA 8130-3 tags, the eligibility of integrators with certified subcontractors, and that FAA Part 145 certification for Boeing 767 commercial aircraft satisfies the requirement for KC-46 repairs. The contract will use a Firm-Fixed-Price (FFP) Flat-Rate Exchange model with a 30-day turnaround time benchmark. Shipping costs must be included in the FFP, and no separate CLINs for shipping will be provided. DMSMS requirements have been removed from the PWS. Proposal submissions must adhere to FAR Part 15 rules, even though the contract will be administered under FAR Part 12 commercial procedures. Travel CLINs will be cost-reimbursable but not subject to CAS. The RFP response date has been extended to February 13, 2026.
FA810926R00010003_KC-46_RFP.pdf
PDF223 KB2/19/2026
AI Summary
This document, Amendment 3 to Solicitation FA8109-26-R-0001, concerns a multiple-award contract for KC-46 Strategic Commercial Common Repair (CASPER). The amendment updates the Supply Chain Risk Management (SCRM) Plan reference in Section L of FAR 52.212-1 from PWS Section 18.0 to 17.0, requiring offerors to submit an SCRM Plan in accordance with PWS Section 17.0, including subparagraphs 17.1-17.3. It details requirements for DD1348-1 forms with shipped assets and notes that the total contract value for all task orders under this indefinite-quantity contract will not exceed $470,978,031.72, with a minimum order of $500 per contract. Offerors must also comply with Supplier Performance Risk System (SPRS) requirements and National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, achieving a score of 110 or submitting a compliance plan. The solicitation includes commercial and non-commercial part exchanges, repairs, teardown/test/evaluation, and covers five ordering years with specific clauses related to defense information safeguarding, item unique identification, and various FAR and DFARS provisions.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 5, 2025
amendedAmendment #1· Description UpdatedJan 15, 2026
amendedAmendment #2· Description UpdatedJan 22, 2026
amendedAmendment #3· Description UpdatedFeb 3, 2026
amendedAmendment #4· Description UpdatedFeb 11, 2026
amendedAmendment #5· Description UpdatedFeb 13, 2026
amendedAmendment #6· Description UpdatedFeb 13, 2026
amendedAmendment #7· Description UpdatedFeb 13, 2026
amendedLatest Amendment· Description UpdatedFeb 19, 2026
deadlineResponse DeadlineFeb 20, 2026
expiryArchive DateMar 7, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8109 AFSC PZAAC

Point of Contact

Name
Stephen Schexnayder

Place of Performance

UNITED STATES

Official Sources