Opportunity Details
ID: FA811726R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for contract FD20302501850, detailing various data items the contractor must deliver. These include the Government Property (GP) Inventory Report (annually), a Production Surge Plan (Capability Analysis Plan) due 30 days post-award, Commercial Asset Visibility (CAV) Reporting (daily/within 24 hours of transactions), a Counterfeit Prevention Plan (within 90 days post-award), an Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report (as negotiated), a Bill Of Materials (BOM) for Logistics and Supply Chain Risk Management (within 15 calendar days of DMSMS component discovery), an Engineering Change Proposal (ECP) as required, and a Contract Depot Maintenance (CDM) Monthly Production Report (monthly). Many reports are subject to Distribution Statement D, restricting access to DoD and U.S. DoD contractors due to critical technology, and require export control warnings. All reports are to be submitted in English, and several require electronic submission to specified email addresses or via the Wide Area Workflow (WAWF) system. The CDRL serves for basic and all option years of the contract.
    The provided government files outline various data item descriptions (DIDs) crucial for federal contracts. DI-PSSS-81534B details the Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report, used for analyzing equipment deficiencies, their causes, and corrective actions. DI-MGMT-80441D mandates a Government Property (GP) Inventory Report, requiring contractors to list all government-furnished and contractor-acquired property. DI-MGMT-81838 describes Commercial Asset Visibility (CAV) Reporting for tracking government-owned reparable assets in commercial repair cycles. DI-MISC-81832 focuses on the Counterfeit Prevention Plan, requiring contractors to detail procedures for preventing, identifying, and reporting counterfeit parts. DI-PSSS-81656B outlines the Bill of Materials (BOM) for Logistics and Supply Chain Risk Management, providing production status and obsolescence management information. Lastly, DI-SESS-80639E covers the Engineering Change Proposal (ECP), used to document and implement engineering changes, and DI-PSSS-81995A specifies the Contract Depot Maintenance (CDM) Monthly Production Report, which tracks maintenance production, asset status, and anticipated output. These DIDs collectively ensure comprehensive reporting, tracking, and management of government assets, deficiencies, and supply chain risks in federal contracting.
    Amendment FA8117-26-R-0003-0001 extends the solicitation response deadline for solicitation number FA811726R0003. Issued by the Department of the Air Force, AFSC PZABA, on December 1, 2025, this amendment pushes the offer receipt date from December 1, 2025, to December 16, 2025, at 3:00 PM. The original solicitation was dated October 31, 2025. This modification serves solely to prolong the period for interested parties to submit their offers, with all other terms and conditions of the initial solicitation remaining unchanged and in full effect.
    The Department of the Air Force has issued Amendment FA8117-26-R-0003-0002 to Solicitation FA811726R0003, extending the offer due date from December 16, 2025, to January 14, 2026, at 3:00 PM. This amendment, effective December 16, 2025, serves solely to extend the response deadline for the solicitation. Offerors must acknowledge receipt of this amendment to ensure their offers are considered. All other terms and conditions of the original solicitation remain unchanged. This modification was issued by the Department of the Air Force, AFSC PZABA, located at Tinker AFB, OK.
    This government solicitation (FA8117-26-R-0003) from the Department of the Air Force is a Request for Proposal (RFP) for commercial products and services, specifically "INDICATOR, VERTICAL" items with National Stock Numbers (NSN) 6610-01-527-2395 and 6610-01-433-2219. The solicitation is issued by AFSC PZABA at Tinker AFB, OK, with an offer due date of December 1, 2025, at 3:00 PM. The acquisition is unrestricted, falling under NAICS code 334511 with a size standard of 1,350 employees. It includes numerous clauses and provisions, such as those related to safeguarding defense information, unique item identification, various socio-economic programs (e.g., Small Business, SDVOSB, WOSB), and specific defense regulations for commercial items. The contract period is from September 20, 2026, to September 19, 2033, and outlines inspection and acceptance at the origin. Key documents like packaging requirements, transportation data, performance work statement, and CDRLs are attached.
    This document outlines packaging requirements for federal government purchases, specifically addressing military packaging standards and international regulations for wood packaging materials. It mandates that all wooden lumber, pallets, and containers comply with MIL-STD 129 and MIL-STD 2073-1, and be constructed from debarked, heat-treated wood (56 degrees Celsius for 30 minutes). Certification by an ALSC-recognized agency is required, adhering to "International Standards for Phytosanitary Measures" (ISPM) No. 15 to prevent invasive species. The document details specific packaging instructions for various items, including coded data for unit packs and additional marking requirements for shipping containers, such as MIL-STD-129 compliance and supplemental barcoding. While some items require no specific packaging data, others are subject to strict military-grade preservation and marking. The document emphasizes global shipping compliance, overseen by the 406 SCMS / GULAA organization.
    The Department of the Air Force, Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, issued a Performance Work Statement (PWS) for the repair of the Traffic Collision Avoidance System/Vertical Speed Indicator (TCAS/VSI). The PWS, identified as FD2030-25-01850, outlines requirements for contractors, including pre-award surveys, initial production evaluations, and adherence to quality, supply chain risk management, and cybersecurity standards. Key requirements cover obsolescence management, nuclear hardness, configuration management, parts control, and counterfeit prevention. The contractor must also comply with environmental regulations regarding ozone-depleting substances and lead-free electronics. General and specific work requirements detail procedures for receipt, inspection, repair, testing, packaging, and shipping. The document emphasizes robust reporting, safety, and health protocols, including provisions for production surges and mission-essential services, with contractor performance measured against defined objectives and thresholds.
    The document outlines transportation data for solicitations under Purchase Instrument Number FD20302501850-00, initiated on July 11, 2025. It specifies 'F.O.B. Destination' as the recommended F.O.B. terms and lists relevant FAR citations for transportation provisions, including 52.247-29 (F.O.B. Origin), 52.247-53 (Freight Classification Description), and 47.305-10 (Marking of Shipments). A critical instruction requires vendors to contact DCMA Transportation via the SIR eTool System prior to shipment for all DCMA-administered contracts, especially for F.O.B. Origin, Foreign Military Sales (FMS), and F.O.B. Destination OCONUS/Export movements, to obtain necessary DOD clearances and shipping instructions. Failure to comply may result in additional vendor expenditures. The document also provides transportation funds information, including specific LOA and TACRN details. It lists nine line items (0001-0009) with various NSN/Pseudo NSN commodities, all designated to be shipped to DLA Distribution Depot Oklahoma at Tinker AFB, OK, with a “Mark For: ACCOUNT 09.” The contact for this solicitation is Mickie J. Etters from 406 SCMS / GULAA.
    The provided government file outlines various administrative and operational procedures, likely pertaining to federal grants or state/local RFPs. It details guidelines for proposals, including deadlines, submission requirements, and evaluation criteria. The document emphasizes compliance with specific regulations and standards, addressing aspects such as financial management, reporting, and eligible expenses. Key sections cover procurement, personnel, and sub-recipient monitoring, with a focus on accountability and transparency. It also includes instructions for managing project timelines and deliverables, ensuring adherence to government protocols. The overarching purpose is to establish clear expectations for recipients and ensure effective program execution.
    Lifecycle
    Title
    Type
    Opportunity Details
    Currently viewing
    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.
    C-130 Pressure Indicator, NSN 6620-01-394-4019 LG / PN 10401N01P00
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking quotations for the procurement of 22 C-130 Fuel Pressure Indicators, identified by NSN 6620-01-394-4019 LG and Part Number 10401N01P00. These indicators are critical for the safe and efficient operation of C-130 aircraft, providing essential information regarding the aircraft's fuel system. This procurement is designated as a Total Small Business Set-Aside under FAR 19.5, with a solicitation anticipated to be posted on January 15, 2026, and proposals due by February 14, 2026. Interested vendors should direct inquiries via email to Lyntasia Harris at lyntasia.harris@us.af.mil, with a courtesy copy to Lauren Mitchell at lauren.mitchell.6@us.af.mil, as all questions and answers will be published on www.SAM.gov.
    FD20302500817 - Repair of Thermostat, Flow, NSN: 6685-01-168-2426TP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B-52 Flow Control Sensor Venturi Valve under contract number FD20302500817. This procurement aims to secure a five-year firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the repair of critical components, which are essential for the operational efficiency of the B-52 aircraft. The solicitation emphasizes the importance of compliance with various technical specifications and quality assurance measures, ensuring that the repaired components meet stringent military standards. Interested contractors must submit their proposals by January 30, 2026, at 1:00 PM CST, and can direct inquiries to Alan Tran or Morgan Mcgarity via their respective email addresses for further clarification.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    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.
    Request for Proposal for the F-15E Control Panel Assembly; NSN: 1290-01-395-2696FX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is soliciting proposals for the F-15E Control Panel Assembly, identified by NSN 1290-01-395-2696FX. This procurement aims to secure the necessary components for the F-15E aircraft, which are critical for its operational capabilities and maintenance. The deadline for proposal submissions has been extended from December 17, 2025, to January 16, 2026, and all other terms and conditions of the solicitation remain unchanged. Interested offerors must acknowledge this amendment to ensure their proposals are considered, and they can contact Vanessa Moes at vanessa.moes.1@us.af.mil for further information.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a firm-fixed-price indefinite-delivery requirements contract for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW. The contract encompasses various repair scenarios, including minor and major repairs, as well as no-fault-found situations, with estimated quantities specified for both the basic and option years. This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, underscoring its importance to national defense operations. Interested contractors must submit their proposals by February 6, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    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 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.
    PANEL, ASSY, TRAI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a panel assembly for the KC-135 and E-3A aircraft, identified by NSN 1560-006306027. This solicitation is for an Indefinite Quantity Contract with an estimated maximum order quantity of 40 units over a five-year period, emphasizing the critical nature of the item and its configuration control requirements. The procurement is set aside for small businesses, and interested parties must submit their proposals in writing by the specified deadline, with the solicitation issue date set for December 31, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.