KC-46 Commercial Common Repairable Support
ID: FA8109-26-R-0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8109 AFSC PZAACTINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.

    Files
    Title
    Posted
    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.
    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
    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.
    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.
    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.
    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
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    C/KC130 Air Vehicle: Engine Module Repair
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should contact Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil for further details and access to solicitation attachments.
    Solicitation / Repair of the Programmable Armament Control System 46 (PACS-46) Converter Programmer (CP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Programmable Armament Control System 46 (PACS-46) Converter Programmer (CP) under solicitation number FA8538-26-R-0003. This procurement involves providing all necessary parts and labor for testing and repairing the PACS-46 CP, which is critical for the F-15 Eagle fleet and is expected to remain in service until 2045. The contract will consist of a basic ordering period of 12 months, followed by four additional 12-month ordering periods, with a required delivery schedule of 30 days after receipt of the asset or funded task order. Interested parties must submit their proposals by February 16, 2026, and can contact Lauren Mitchell at lauren.mitchell.6@us.af.mil for further information.
    F-15 FMS Repair and Return Support Services RSAF (Follow-On)
    Dept Of Defense
    The Department of Defense is soliciting proposals for the F-15 Foreign Military Sales (FMS) Repair and Return Support Services contract to support the Royal Saudi Air Force (RSAF). This contract aims to establish a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) agreement for unclassified logistics Repair and Return Services (RRS) for various F-15 aircraft variants, with a potential performance period of up to 66 months, including a base year and five option years. The selected contractor will be responsible for managing the supply chain, ensuring compliance with quality standards, and improving turnaround times for repairs, which are critical for maintaining the operational readiness of the RSAF fleet. Interested offerors must submit their proposals by 12:00 P.M. Eastern Daylight Time on March 20, 2026, and should direct any inquiries to the Contracting Officer, Shiela Hodges, at shiela.hodges@us.af.mil.
    Opportunity Details
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, with the solicitation number FA8117-26-R-0003. This procurement aims to secure commercial products and services related to the maintenance and repair of critical aircraft instruments, which are essential for the operational readiness of military aircraft. The proposal due date has been extended to January 14, 2026, at 3:00 PM Central Standard Time, and interested parties must acknowledge receipt of the amendment to ensure their offers are considered. For further inquiries, potential offerors can contact Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil.
    N0001925R0024 C-130 Depot Maintenance Repair and Overhaul (MRO): DRAFT Request For Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the C-130 Depot Maintenance Repair and Overhaul (MRO) services, as outlined in the Draft Request for Proposal (RFP) N0001925R0024. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period and an optional five-year extension, focusing on the maintenance and repair of C-130 aircraft, which are critical to U.S. military operations. Interested contractors must be incorporated in the United States and can access the draft solicitation and related documents through the U.S. Government Procurement Integrated Enterprise Environment (PIEE) website, with a deadline for industry questions set for September 25, 2025, and a pre-solicitation conference scheduled for December 2, 2025. For further inquiries, potential offerors can contact Gregory Webster at gregory.j.webster8.civ@us.navy.mil.
    Receptacle Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receptacle Assemblies, specifically for use in F-16 aircraft. The contract will involve the supply of various quantities of this component, which is critical for in-flight refueling operations, with specific dimensions and material requirements outlined in the solicitation. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0148) is January 14, 2026, with a closing date of February 16, 2026, and all inquiries should be directed to Howard Heflin at howard.heflin@us.af.mil. The contract will not be set aside for small businesses, and qualification requirements apply, emphasizing the need for compliance with military specifications.
    Repair of KC-135 Attitude Indicator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a sole-source contract for the repair of KC-135 Attitude Indicators from L3 Aviation Products, Inc., the Original Equipment Manufacturer (OEM). This procurement is critical as L3 Aviation Products is the only known source with the necessary capabilities and expertise to perform the repairs, which are essential for maintaining the operational readiness of the KC-135 fleet. The estimated contract value is $9,575,234, with a one-year basic agreement and four one-year options, and the contracting officer will ensure fair pricing through thorough cost analysis. Interested parties can reach out to Kristen Carter at kristen.carter@us.af.mil or call 405-739-9444 for further information.
    FD2030-25-00036
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency Aviation in Oklahoma City, is seeking qualified contractors to provide structural support components identified by National Stock Number (NSN) 1560-01-435-5553FL. The procurement involves the supply of a specific stabilizer part, with requirements for compliance with the National Aerospace and Defense Contractors Accreditation Program (NADCAP) and adherence to rigorous testing and inspection protocols to ensure quality and operational safety. This opportunity is critical for maintaining the integrity of military aircraft operations, particularly for the KC-135 aircraft, and emphasizes the importance of prequalification and compliance with federal regulations. Interested parties should refer to the solicitation information for further details and are advised that the solicitation will be available for quotes once approved by the contracting officer.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.