KC-135 Maintenance Platform Systems
ID: FA813225Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8132 AFSC PZIMCTINKER AFB, OK, 73145-3303, USA

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

AIRCRAFT GROUND SERVICING EQUIPMENT (1730)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals for the procurement of KC-135 Maintenance Platform Systems at Tinker Air Force Base in Oklahoma. This initiative aims to enhance maintenance capabilities for the KC-135 aircraft by acquiring four sets of specialized work stands, including cargo door stands, aileron stands, and beavertail stands, all designed to meet stringent safety and operational standards. The procurement is set aside for small businesses, with a Firm Fixed Price contract anticipated, and proposals must be submitted by April 30, 2025, with evaluations based on technical acceptability and lowest total evaluated price. Interested parties can reach out to Cory Rainey-Hedrick or Marc J. Kreienbrink via email for further information.

Point(s) of Contact
Marc J. Kreienbrink
marc.kreienbrink.1@us.af.mil
Files
Title
Posted
Mar 26, 2025, 4:05 PM UTC
The U.S. Air Force's Maintenance Contracting Branch at Tinker AFB, Oklahoma, is soliciting quotations for a Firm Fixed Price contract for KC-135 Maintenance Platform Systems, including options for additional systems in the following year. This request for quotation (RFQ) is exclusively for small businesses, with a focus on technical acceptability and the lowest total evaluated price as the main evaluation criteria. Responding vendors are required to meet all specified solicitation terms and submit their quotes by April 17, 2025. Additionally, all participants must be registered in the System for Award Management (SAM) by the time of award. Shipping will be FOB Destination, integrated into the quoted price. Payment terms are set at Net 30, with invoices processed through the Wide Area Workflow system. The document details evaluation procedures, including the assessment of technical acceptability, price reasonableness, and compliance with government standards. This procurement process exemplifies the methodical nature of government acquisitions, aimed at securing reliable suppliers while ensuring fair competition among small businesses.
This Statement of Work (SOW) outlines the requirements for procuring four sets of KC-135 Maintenance Platform Systems at Tinker Air Force Base, focusing on design, fabrication, and installation. The primary aim is to enhance operational capacity for current and future KC-135 aircraft maintenance by addressing insufficient or nonexistent stands. Key components include cargo door stands, aileron stands, and beavertail stands, each with specific safety, load capacity, and ergonomic specifications in accordance with military standards and OSHA regulations. The document delineates detailed requirements for individual stand features, including adjustable heights, secure railings, and corrosion-resistant materials to ensure durability. Post-award design reviews and compliance with safety, environmental, and operational protocols are emphasized, mandating regular meetings and documentation submissions between the contractor and the government. Compliance with federal regulations regarding environmental safety and health is enforced, highlighting the need for effective housekeeping, FOD prevention measures, and emergency procedures during operations. The overall objective is to ensure contractor accountability, safety, and operational readiness by providing effective maintenance solutions that meet rigorous government standards.
The document outlines the Statement of Work (SOW) for the procurement of four sets of KC-135 Maintenance Platform Systems at Tinker Air Force Base, aimed at enhancing current maintenance capabilities. The planned systems will include cargo door stands, aileron stands, and beavertail stands, each with specific design and safety requirements to facilitate efficient maintenance of the KC-135 aircraft. Key components detailed in the SOW include load capacities, adjustable heights, safety railings, and materials used for construction, emphasizing compliance with OSHA standards and military specifications. The contractor is responsible for the full process of design, fabrication, delivery, and installation, with an emphasis on safety protocols and environmental protection. Regular communication with government points of contact and adherence to safety, environmental regulations, and emergency procedures are also mandated. The successful implementation of the project is contingent upon a thorough design review and validation of the proposed maintenance platforms before full fabrication. Overall, this initiative demonstrates the government's commitment to ensuring safe, effective maintenance operations for vital aircraft systems while adhering to regulatory standards and fostering accountability in contractor operations.
The KC-135 Maintenance Platform document addresses questions related to the procurement and specifications of maintenance stands for the KC-135 aircraft. Key points include that the stands should be on wheels with lockable mechanisms, and construction can only commence after the initial set is approved, with inspections expected shortly thereafter. Acceptance criteria will adhere to the Statement of Work (SOW) and relevant safety regulations. The contractor is responsible for equipment necessary for offloading and assembly, while the stands will serve dual purposes for both hangar and flightline operations. Notably, hydraulic power or other elevation means will not be considered, with strict limits on the force required for stand movement and specified vertical adjustments for different stand types. Additionally, the final document specifies that no electrical or pneumatic utilities will be necessary. This detailed inquiry reflects the government's commitment to ensuring compliance with safety and operational standards in the procurement of essential maintenance equipment for military operations.
The document outlines technical specifications for the design and construction of various work stands (KC-135 Maintenance Stands, Aileron Stands, and Beavertail Stands) required for aircraft maintenance. It details requirements related to platform dimensions, load capacities, railings, safety features, and materials to be used, emphasizing compliance with OSHA standards and a minimum operational lifespan. Key elements include adjustable platforms, removable railings, and safety mechanisms such as self-closing gates and mechanical locks. The stands must be mobile, with specific casters and braking systems to facilitate movement over various surfaces. The objective is to ensure safety, durability, and operational effectiveness in supporting aircraft maintenance activities, while adhering to military and federal standards. The document serves as an essential guideline for contractors to provide compliant and functional equipment for the U.S. Air Force’s maintenance operations.
The government solicitation FA813225Q0016 seeks quotations for a Firm Fixed Price contract to supply KC-135 Maintenance Platform Systems at Tinker AFB, Oklahoma. The acquisition is conducted under FAR Part 12 and 13, exclusively for small businesses, and includes a 100% Small Business Set-aside. The evaluation criteria focus on Technical Acceptability and Lowest Total Evaluated Price (TEP). Quotes must be submitted by April 22, 2025, to the designated contacts, and all vendors must be registered with SAM. Shipping is FOB Destination with no separate charges allowed. Payment terms are defaulted to Net 30, with invoices processed through Wide Area Workflow. Offerors are required to adhere to specific provisions, such as providing warranty information and ensuring completeness in their submission. The document outlines obligations for technical and pricing evaluations, emphasizing that failure to comply with the solicitation requirements could result in disqualification. The process is structured to ensure transparency and competitiveness among small businesses in delivering the requested systems.
The solicitation FA813225Q0016 seeks quotes for a Firm Fixed Price contract for KC-135 Maintenance Platform Systems at Tinker Air Force Base, Oklahoma. The procurement is exclusively open to small businesses, with the NAICS code 332312, reflecting that large businesses are ineligible for award. This request emphasizes a combined synopsis/solicitation format in compliance with the Federal Acquisition Regulation (FAR). Key evaluation criteria for award include Technical Acceptability and the Lowest Total Evaluated Price (TEP), mandating that quotations meet specified technical requirements. Quotes are due by April 22, 2025, and must be valid for 90 days, with all vendors mandatory to register in the System for Award Management (SAM). Terms dictate FOB Destination shipping to Tinker AFB, and the payment will follow Net 30 terms post-invoice submission via the Wide Area Workflow (WAWF). Award notifications will be communicated digitally. Provisions and clauses governing this acquisition adhere to various Federal regulations, allowing for assessment under established criteria to ensure compliance and responsible vendor selection. Successful bidders must provide the necessary documentation and acknowledge warranty provisions in their submissions.
The document outlines Amendment 03 for Solicitation # FA813225Q0016 regarding the procurement of KC-135 Maintenance Platform Systems at Tinker Air Force Base, Oklahoma. The Air Force Sustainment Center plans to award a Firm Fixed Price contract, specifically set aside for small businesses, and emphasizes that large businesses are ineligible. The evaluation criteria for bids include Technical Acceptability and Lowest Total Evaluated Price (TEP). Quotes must be submitted by April 30, 2025, with specific requirements for submission noted, including registration in the System for Award Management (SAM) and compliance with specified terms and conditions. The document also details evaluation procedures, including technical assessment by subject matter experts and price evaluations based on completeness, reasonableness, and realism. Additionally, it clarifies shipping terms, payment conditions, and the total number of attachments provided, such as the Statement of Work and evaluation worksheets. The amendment aims to ensure clarity in the proposal process and to foster compliance with federal acquisition regulations, indicating a structured approach to procurement for critical Air Force maintenance systems.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Aircraft Stands
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of five aircraft stands to support the 565th Aircraft Maintenance Squadron at Tinker Air Force Base in Oklahoma. The contract requires the selected contractor to handle the construction, inspection, delivery, assembly, and installation of the stands, adhering to specific technical criteria and safety regulations outlined in the Statement of Work. This procurement is crucial for maintaining operational effectiveness and safety in military aircraft maintenance operations. Interested vendors must submit their quotes by the specified closing date and ensure they have an active DD Form 2345 for access to technical specifications; inquiries should be directed to Linsey Laird or Jason Shirazi via their provided email addresses.
KC-46 Commercial Common Repairable Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses from qualified contractors for the KC-46 Commercial Common Repairable Support initiative. This procurement aims to establish a multiple-award contract for depot-level repairable (DLR) parts for the KC-46A Pegasus Aircraft, ensuring timely exchanges of non-serviceable assets for serviceable ones, with a required turnaround time of 30 days or 2 days for grounded aircraft. The initiative is critical for maintaining the operational readiness of the KC-46, which plays a vital role in aerial refueling operations for U.S. and allied military aircraft. Interested vendors must submit their responses by May 2, 2025, and can direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil.
Repair of the KC-135 Multipoint Refueling System Fuel Pump
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for the repair of the KC-135 Multipoint Refueling System Fuel Pump, with a focus on part number 586-1-27863-002 and NSN 2915999095850FL, at Tinker Air Force Base in Oklahoma. The procurement aims to gather market research data to identify potential contractors capable of providing repair and remanufacture services, with an estimated annual requirement of 14 units over five years, plus possible extensions. This initiative is critical for maintaining operational readiness and ensuring the reliability of essential equipment used by the Air Force. Interested vendors are encouraged to register and submit their company information to the primary contact, 424th SCMS, at 424.SCMS.AFMC.RFI.Responses@us.af.mil, or reach out to Rachel Moehle at genny.moehle@us.af.mil for technical inquiries. This opportunity is part of a strategic planning effort and does not guarantee contract awards or funding availability.
Seeking KC-46 Sustainment Engineering Support
Buyer not available
The Department of Defense, specifically the United States Air Force, is seeking information from qualified contractors to provide sustainment engineering support for the KC-46 aircraft. The objective of this procurement is to identify potential sources capable of delivering a comprehensive range of sustainment engineering services, including technical assistance, on-site support, maintenance expertise, parts management, software sustainment, and data management for the KC-46 fleet. This initiative is crucial for ensuring the long-term operational readiness and mission effectiveness of the aircraft, which plays a vital role in air transportation and military operations. Interested parties must submit their capability packages by May 27, 2025, to the designated contacts, Steven Reyes and Justin Rector, via the specified email addresses, ensuring that all submissions adhere to the outlined requirements and formatting guidelines.
Remanufacture of KC-135 Flutter Dampener 1650008983516FL
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of KC-135 Flutter Dampeners under a total small business set-aside contract. The procurement aims to ensure the quality and reliability of critical military equipment, with contractors required to adhere to stringent operational procedures, quality assurance measures, and supply chain risk management protocols as outlined in the Statement of Work (SOW). This contract spans a five-year period, including a three-year basic requirement and a two-year option, with proposals due by May 19, 2025. Interested parties can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
Repair of Aircraft Pitot-Static Tube
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Pitot-Static Tubes, with the contract to be executed at Tinker Air Force Base in Oklahoma. This procurement involves a firm-fixed-price acquisition for repair services, emphasizing compliance with federal regulations and quality assurance standards, including ISO 9001:2015. The total anticipated award amount for this contract is $7,665,629, reflecting the government's commitment to maintaining operational readiness of critical defense equipment. Interested contractors should direct their responses to the primary contact at 422.SCMS.AFMC.RFI@us.af.mil, with additional inquiries directed to Amy Schmitz at amy.schmitz.1@us.af.mil or by phone at 405-736-5668.
REMANUFACTURE OF KC-135 CYLINDER ASSEMBLY, R
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacture of KC-135 Cylinder Assemblies under a five-year requirements type contract. This procurement aims to fulfill the remanufacturing needs for NSN: 1680-01-395-9994, ensuring compliance with technical orders and safety regulations while maintaining a robust parts control program. The contract, valued at $736,500, is set aside for small businesses and includes a three-year basic period with two optional two-year extensions. Interested contractors should reach out to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details and clarification on the solicitation process.
Solicitation - Maintenance Stand
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of maintenance stands under a total small business set-aside contract. The requirement includes the delivery of 37 units of maintenance stands, with a firm-fixed-price contract structure and an option for an additional quantity of 100%. These maintenance stands, identified by NSN 4910-01-115-6284 and part number 12298097, are critical for military operations, necessitating compliance with military packaging standards and specific inspection and acceptance criteria. Interested contractors must submit their proposals to Contract Specialist Angelo Wilson via email by the specified deadline, ensuring they have the necessary Joint Certification Program (JCP) certification to access the export-controlled Technical Data Package associated with this solicitation.
Sources Sought - KC-46A Air Start Cart
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from contractors capable of providing Air Start Carts (ASCs) for the KC-46A Pegasus aircraft. The objective of this Request for Information (RFI) is to gather details on ASCs that meet specific technical and operational requirements, including compliance with safety and environmental standards, to support future procurement actions. The KC-46A is a critical asset for aerial refueling operations, and reliable ASCs are essential for ensuring mission readiness. Interested parties must submit a capability package by 1700 EST on May 14, 2025, to the primary contact, Steven Reyes, at steven.reyes.21@us.af.mil, or the secondary contact, Justin Rector, at justin.rector.1@us.af.mil. This RFI does not constitute a commitment to contract, and no costs incurred by respondents will be reimbursed.
Repair of KC-135 Electronic Control Unit Assembly (ECUA)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of KC-135 Electronic Control Unit Assemblies (ECUAs) at Tinker Air Force Base in Oklahoma. The procurement requires contractors to adhere to stringent quality assurance protocols, including compliance with ISO 9001:2015 standards, and to develop plans addressing counterfeit prevention and supply chain risk management. This opportunity is critical for maintaining the operational readiness of military aircraft, ensuring that all repairs meet regulatory and safety standards. Interested contractors can reach out to Kristen Carter at kristen.carter@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further details, with proposals due by the specified deadline outlined in the solicitation documents.