Remanufacture of Flap Drive Angle Gearbox Assembly
ID: FA8118-26-R-0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8118 AFSC PZABBTINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the remanufacture of Flap Drive Angle Gearbox Assemblies for the KC-135 aircraft. Contractors are required to provide all necessary materials, labor, and expertise to restore the gearbox assemblies to a like-new condition, including disassembly, cleaning, inspection, re-assembly, and testing, while adhering to strict quality control and reporting requirements. This procurement is critical for maintaining the operational readiness of the KC-135 fleet, which relies on these assemblies for effective flap operation. Interested small businesses must submit a Source Approval Request (SAR) and are encouraged to contact Cliff Morgan or Amy Gil for further details, with proposals due by December 15, 2025, at 12:00 PM.

    Files
    Title
    Posted
    The "Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements" document outlines contractor responsibilities and procedures for reporting government-owned assets within contractor repair facilities. CAV AF is the primary system for tracking daily asset status, including end items for repair and those stored in contractor Inventory Control Points. Contractors must ensure accurate daily asset reporting, utilize current user guides, and complete mandatory training and access request forms (DD Form 2875) for assigned reporters. The document details specific transactional reporting for "Not-on-Contract" items, proper use of DD Form 1348-1A for receipt and shipping, and protocols for system downtime. It also addresses the reporting of Nuclear Weapon Related Materiel (NWRM), contract closure disposition, and the consequences of systemic data problems due to inaccurate or untimely reporting, emphasizing the importance of compliance for effective government inventory management.
    The DI-MGMT-80441D Data Item Description (DID) outlines the requirements for the Government Property (GP) Inventory Report. This report enables contractors to periodically provide the Department of Defense (DoD) Service or Agency with an inventory of all GP, including Government Furnished Property (GFP) and Contractor Acquired Property (CAP), under their possession by contract. Applicable to all contracts involving GP, this DID specifies the electronic format (.xls or .xlsx) and detailed content, including various data fields such as Contract Number, Asset Identification Numbers, Item Description, Quantity, Unit Acquisition Cost, and Classification of Government Property. This DID supersedes DI-MGMT-80441C and ensures consistent reporting of government property across contracts.
    DI-MGMT-81838 describes the Commercial Asset Visibility (CAV) reporting system, a web-based application for tracking government-owned reparable assets at contractor repair facilities. Its primary purpose is to provide an inventory management system for these assets. Contractors use CAV to report transactions in real-time, updating a database that allows vendors to access repair data and generate status reports. The document outlines the required transaction types, status code changes, and report types, including asset receipt, inductions, completions, shipments, beyond economic repair items, and various printable reports. The format and methodology for these transactions are defined in the Contract Statement of Work.
    DI-PSSS-81995A, the Contract Depot Maintenance (CDM) Monthly Production Report, outlines requirements for federal depot-level maintenance contracts. It mandates monthly reporting of production figures, asset status, schedule adherence, future production forecasts, and unresolved issues. The report details specific content for both government and contractor-provided information, organized into distinct blocks (1-4 and A-O). Part I (Blocks 1-4) covers administrative details like "As of date," PMS and contractor information, contract specifics, and government points of contact. Blocks A-O detail item identification, delivery order numbers, CLINs, quantities, and status of reparables and serviceables, including items received, on hand, inducted, awaiting parts, produced, shipped, condemned, and miscellaneous assets. Part II, the Production Summary, is required only if production forecasts are missed, current forecasts deviate from scheduled quantities, or future problems are anticipated. This DID supersedes DI-PSSS-81995 and is crucial for ensuring transparency and accountability in government maintenance operations.
    The Department of the Air Force has issued Solicitation Number FA8118-26-R-0003 for a 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the remanufacture of Flap Drive Angle Gearbox Assemblies (NSN: 1680-00-335-6816). This is a total small business set-aside with a NAICS code of 336413 and a size standard of 1,250 employees. The solicitation closes on December 15, 2025, at 12:00 PM. Contractors are required to furnish all materials, labor, and expertise to restore end items to like-new condition, including packing and preservation. Qualification requirements apply, and interested vendors must submit a Source Approval Request (SAR) package. Technical data and drawings require specific requests. The contract includes provisions for "Over and Above Work" to be negotiated and various data reporting requirements. Item Unique Identification (IUID) marking is mandatory. Funds are not presently available, and the Government's obligation is contingent upon fund availability. Offers must remain firm for 120 days.
    This government file details a "GEARBOX ASSEMBLY,Al" for the KC-135 Aircraft, identified by NSN 1680003356816FL. The gearbox, manufactured by CAGE 81205, reference number 9-55633, is a flap drive unit that transfers rotary motion to linear motion to raise and lower trailing edge flaps. Made from stainless steel, aluminum, and bronze, it weighs 4.5000 lbs and measures 8.0000 x 8.0000 x 5.0000 inches. The item is marked with a criticality code of X, a demilitarization code of B, and a security code of U. No helium content or precious metals are indicated, and it is not considered GFM, GFE, or GFP required. This information is crucial for procurement, maintenance, and logistical planning related to the KC-135 aircraft.
    The government file details an Item Unique Identification (IUID) Checklist, specifically addressing DFARS 252.211.7003 for a "GEARBOX ASSEMBLY, AI" with NSN 1680003356816FL. The document specifies that marking is to be performed according to MIL-STD-130, using a Data Label via Tesa Tape, referencing T.O. 1601-45-3 for guidance. It notes that if the T.O. is not updated, Recommended Change RC-2025050228172 describes the necessary requirements. The checklist also includes a section for embedded items, although no specific items are listed. The purpose of this document is to ensure proper IUID marking for government-contracted items, maintaining traceability and compliance with federal regulations.
    The Department of the Air Force's 848th Supply Chain Management Group has issued a memorandum to establish Qualification Requirements (QR) for numerous managed items. This RQR-848, which expires in June 20, specifically addresses repair/remanufacture qualification for commodity critical safety and critical application items. The memorandum acts as a placeholder within the PRPS system for QR activity, replacing individual Justification for Qualification Requirements/Qualification Requirements (JQR/QR) documents. The master documents, including the J (J642), RQR-848, and the Master Item List, have been synopsized online and are not tied to single items or groups of items on a Purchase Request.
    This Statement of Work (SOW) outlines the requirements for the remanufacture of the KC-135 Flap Drive Angle Gearbox Assembly for the Department of the Air Force. The work involves disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to return the end item to a like-new condition. Key aspects include pre-award surveys, initial production evaluations, quality control, special tools and test equipment, parts control, and adherence to technical orders. The SOW also addresses critical supply chain risk management areas such as continuity of operations, foreign influence, and robust cybersecurity measures, emphasizing compliance with NIST publications. Contractors must comply with specific reporting, identification, marking, and shipping documentation requirements, and be prepared for potential surge demands. No Government Furnished Equipment (GFE) will be provided, and contractors are responsible for furnishing all necessary materials and equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SUPPORT ASSEMBLY, INBOARD / NSN 1560-00-620-7544 / KC135 AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for the SUPPORT ASSEMBLY, INBOARD, with National Stock Number (NSN) 1560-00-620-7544, specifically for the KC135 aircraft. This procurement is a 100% Small Business Set-Aside, with an estimated annual quantity of 400 units over a five-year base period, emphasizing the critical nature of the item, although it is not classified as a Critical Safety Item. Interested contractors must submit a Source Approval Request (SAR) to be considered, as DLA Aviation does not possess technical data on this part, and the solicitation is expected to be issued on November 6, 2025. For further inquiries, interested parties can contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil.
    GEARBOX,LANDING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    C/KC130 Air Vehicle: Engine Module Repair
    Buyer not available
    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 direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    CONTROL TUBE ASSEMB | 05F | C/KC 135
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Control Tube Assemblies for the C/KC 135 aircraft. This opportunity is a 100% small business set-aside for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 80 units, to be delivered 250 days after receipt of order. The Control Tube Assembly is critical for aircraft operations and maintenance, and interested contractors must be certified by the Department of Defense to access the necessary technical data. The solicitation is expected to be issued on or about December 9, 2025, and interested parties can find further details on the DLA Internet Bid Board System (DIBBS) or contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or 804-279-1452 for more information.
    1680-01-450-6899 - GEARBOX ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 71 units of Gearbox Assembly, AI, specifically for the F-16 aircraft. This procurement is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and will be conducted as a firm fixed-price contract with delivery expected within 550 days. The solicitation, identified as SPE4A726R0229, will be issued on or around July 29, 2025, and interested vendors can access the solicitation documents via the DLA Internet Bid Board System (DIBBS). For further inquiries, vendors may contact Calvin Peterson at calvin.peterson@dla.mil or by phone at (804) 659-8838, with a response deadline set for January 16, 2026, at 3:00 PM Eastern.
    NSN 1650-010333280, CONSTRANT SPEED DRIVE GOVERNOR PARTS KIT, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Constrant Speed Drive Governor Parts Kit, identified by NSN 1650-010333280. This procurement is specifically for an indefinite quantity contract (IQC) with a base period of five years, requiring the manufacturing of parts in accordance with specified drawings and standards, with an estimated annual quantity of 80 units. The parts are critical components for aircraft systems, emphasizing the importance of compliance with military specifications and the necessity for contractors to be certified to access unclassified data. Interested small businesses must submit their proposals by the solicitation issue date, expected on or about November 25, 2025, and can direct inquiries to Tatjana Klemmer at tatjana.vaughan@dla.mil.
    DRIVE ENGINE COUPLING / 05F, C/KC-135 STRATOLIFTER AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking suppliers for the procurement of Drive Engine Couplings for the C/KC-135 Stratolifter aircraft. This opportunity involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 160 units, to be delivered within 90 days after order placement. The Drive Engine Coupling is a critical component manufactured by R&D Dynamics Corp. and Parker-Hannifin Corp., and the solicitation will be issued as an unrestricted procurement, with a reverse auction process conducted online. Interested vendors must register at DLA.ProcurExInc.com to participate, and the solicitation is expected to be available on or about November 24, 2025. For further inquiries, contact Gladys Brown at gladys.brown@dla.mil or call 445-737-4113.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Buyer not available
    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.
    Carrier Drive Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.