KC-46 Pneumatic Starter
ID: FA822826Q0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8228 AFSC OL H PZIMHILL AFB, UT, 84056-5805, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.

    Files
    Title
    Posted
    The DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for federal government RFPs, outlining the data deliverables required from contractors. It details information on data items such as the Contractor Safety Plan for the KC-46 ATS Pneumatic Starter, specifying requirements like distribution statements, submission frequencies, and addressees. The form also provides instructions for both government personnel in preparing the CDRL and contractors in understanding pricing groups (Group I to IV) for data item development. It emphasizes that estimated data prices should only reflect costs directly incurred for data production, excluding any amounts for data rights. The document ensures standardized data acquisition and contractor compliance with reporting burdens for various government projects.
    The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used in government contracting to specify data deliverables from a contractor. This document outlines the instructions for both government personnel in preparing the CDRL and contractors in understanding their obligations for data submission. Key information includes contract line item numbers, data item titles, authority for data acquisition, contract references, requiring offices, submission frequencies, and distribution requirements. The form also details pricing groups (Group I to IV) for estimating data costs, clarifying that prices should only cover direct costs incurred for data production beyond normal contract performance, excluding rights in data. An example is provided for an "Accident Incident Report" for a KC-46 ATS Pneumatic Starter, with specific distribution instructions for electronic copies and timely mishap notifications to the Ogden Air Logistics Complex (OO-ALC) safety office.
    The 309 Commodities Maintenance Group (CMXG) at Hill Air Force Base requires an update to their existing Air Turbine Starter (ATS) test stands for the new KC-46 aircraft. This Request for Proposal (RFP) outlines the need for an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware to enable testing of the KC-46 ATS on existing Power Test, Inc. (PTI) test stands (PN 1054560). The contractor will be responsible for developing a new test template, installing necessary hardware (air inlet ducts, mounting adaptors, spline adaptors, test cables), and performing on-site verification and testing at Hill AFB. The project also includes minimizing overcurrent fault conditions and ensuring compatibility with other starter models. Deliverables include test templates, reports, and hardware with engineering drawings. The government will provide an “A” condition KC-46 ATS and technical data. The period of performance is six months, with specific requirements for safety, mishap reporting, and compliance with federal and Air Force safety standards.
    This government solicitation, FA822826Q0004, is for Women-Owned Small Businesses (WOSB) and focuses on acquiring commercial products and services related to KC-46 pneumatic starter activation and test stand updates. The solicitation details firm-fixed-price CLINs for designed parts (0001) and labor (0002), with a delivery and performance period from January 5, 2026, to January 5, 2027. Key requirements include compliance with various FAR and DFARS clauses, particularly those concerning electronic payment submission via Wide Area WorkFlow (WAWF) and Item Unique Identification and Valuation (IUID). The document specifies inspection and acceptance at destination (Hill AFB, UT), outlines comprehensive contract administration data, and includes a detailed list of required representations and certifications. An ombudsman is designated for dispute resolution, emphasizing internal resolution before escalation. The solicitation highlights the importance of adherence to federal regulations for acquisition, reporting, and contractor responsibilities, with specific mandates for small business participation and supply chain security.
    Lifecycle
    Title
    Type
    KC-46 Pneumatic Starter
    Currently viewing
    Solicitation
    Similar Opportunities
    Fuel System Component Test Stand
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Engine change systems
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide two KC-46 engine change systems for the KC-46 Campus in S Coffeyville, Oklahoma. The systems must be capable of simultaneously raising and lowering two Pratt and Whitney PW4062 engines and must meet specific technical requirements, including a 110-inch lift stroke, a lift capacity of 36,000 lbs, and compliance with on-base regulations regarding safety and environmental protection. The selected contractor will be responsible for the delivery, setup, proof of operational capabilities, and training for maintenance personnel, with inquiries directed to Alaina Hill at alaina.hill@us.af.mil or Kyle Newcomb at Kyle.newcomb@us.af.mil.
    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.
    Performance Based Logistics (PBL) for Secondary and Ground-Based Auxiliary Power Systems
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is conducting a Sources Sought notice to identify potential sources for Performance Based Logistics (PBL) solutions related to Air Turbine Starter components for the B-2 and C-130 aircraft. The government is specifically interested in National Stock Numbers (NSNs) 2995-01-441-1056FW and 2995-01-526-8291, which are currently manufactured by Honeywell International Inc., and seeks to determine if other qualified suppliers can provide similar services, including repair, inventory management, and logistics support. This initiative is crucial for maintaining the operational readiness of various aircraft and ground systems, with the potential to amend an existing PBL Request for Proposal based on the responses received. Interested parties should contact Nathan Flinders at nathan.flinders@dla.mil or 385-591-1416, and are encouraged to submit their qualifications and relevant experience by the specified deadline.
    Habco Air Flow/Pressure Test Kits – P/N 1093007
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking to procure three Habco Air Flow/Pressure Test Kits, Part Number 1093007, through a Firm Fixed Price purchase order. This acquisition is critical for aircraft maintenance and repair, ensuring the operational readiness of Air Force equipment. Interested vendors must submit their quotations by December 3, 2025, at 12:00 PM CST, via email to Annita Wooten at annita.wooten@us.af.mil, and must be registered in the System for Award Management (SAM). The procurement is set aside for small businesses, and the government intends to award the contract without interchanges, although it reserves the right to conduct them if necessary.
    Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2) as part of a market research initiative. The objective is to evaluate the availability and manufacturability of a replacement that meets specific form, fit, and function requirements, as outlined in the attached documentation. The PTT2 is crucial for the transportation and protection of PSREs, ensuring they remain within operational specifications during transit, particularly for the Minuteman III Intercontinental Ballistic Missile system. Interested parties must submit a capability statement by December 9, 2025, and can direct inquiries to Torrey Boggs or Kyle Andersen via the provided email addresses.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    F-15 SMDC Initiators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    Repair of B-2 Fuel pumps
    Buyer not available
    The Department of Defense, through the Air Force's 423rd Supply Chain Management Squadron, is conducting market research to identify potential sources for the repair of specific fuel pumps associated with National Stock Numbers (NSNs): 2915-01-374-9764FW, 2915-01-380-1687FW, and 2915-01-363-5097FW. The objective is to assess whether the repair requirements can be fulfilled competitively or potentially set aside for small businesses, with considerations for breaking out the requirement by airframe. These fuel pumps are critical components for aircraft operations, necessitating reliable repair services that encompass labor, materials, testing, and logistics management. Interested contractors are encouraged to submit their capabilities and business information to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil, as the government seeks responses from all business sizes, including small business classifications, by an unspecified deadline.