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
    Description

    The Department of Defense, specifically the Air Force, is seeking proposals from small businesses for the procurement of KC-135 Maintenance Platform Systems at Tinker Air Force Base in Oklahoma. The objective is to enhance maintenance capabilities for the KC-135 aircraft by acquiring four sets of specialized maintenance stands, including cargo door stands, aileron stands, and beavertail stands, which must comply with stringent safety and design specifications. This procurement is critical for ensuring effective maintenance operations and adherence to military standards, with a total award amount of $769,299.54 already established for the contract. Interested parties must submit their quotes by April 30, 2025, and can reach out to Cory Rainey-Hedrick or Marc J. Kreienbrink via email for further inquiries.

    Point(s) of Contact
    Marc J. Kreienbrink
    marc.kreienbrink.1@us.af.mil
    Files
    Title
    Posted
    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
    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.
    Fuel System Component Test Stand
    Dept Of Defense
    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
    Dept Of Defense
    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.
    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.
    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.
    KC-46 Pneumatic Starter
    Dept Of Defense
    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.
    Opportunity Details
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, specifically the "INDICATOR, VERTICAL" items with National Stock Numbers (NSN) 6610-01-527-2395 and 6610-01-433-2219. This procurement is crucial for maintaining the operational readiness of military aircraft, ensuring that critical flight instruments are functioning correctly. The solicitation has been amended to extend the proposal due date to December 16, 2025, at 3:00 PM Central Standard Time, with the contract period running from September 20, 2026, to September 19, 2033. Interested parties can reach out to Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further information.
    CONTROL TUBE ASSEMB | 05F | C/KC 135
    Dept Of Defense
    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.
    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.
    SKID, TUBE ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Skid, Tube Assembly for the C/KC-135 Aircraft. This contract, which is a Total Small Business Set-Aside, requires the delivery of 40 units over a six-month term, with a delivery schedule of 406 days after receipt of order. The items are critical application components classified under the NAICS code 336413 and PSC code 1620, emphasizing their importance in aircraft landing gear systems. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) around December 24, 2025, with evaluations based on price, past performance, and other factors. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.