Repair of KC-135 Attitude Indicator
ID: FA8117Type: Justification
Overview

Buyer

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

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Justification & Approval (J&A) document for a new, non-bridge acquisition for the KC-135 Attitude Indicator program, with an estimated contract cost of $9,575,234.00 and a funding level between $750,000.00 and $15,000,000.00. The contracting activity is AFSC/PZA, and the authority for this acquisition is 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1 (a)(2)(iii). The document includes coordination by a Logistics Manager, Contracting Officer, and Local Legal Advisor, and is approved by Ronald Hobbs, Competition Advocate. An Engineering Certification confirms the accuracy and completeness of the technical/engineering aspects related to the repair of the Attitude Indicator used on the KC-135 Aircraft (NSN: 6610-01-452-2715).
    The United States Air Force is seeking a sole-source, firm-fixed-price contract with L3 Aviation Products, Inc. for the repair of KC-135 Attitude Indicators. This justification for other than full and open competition is based on L3 Aviation Products, Inc. being the Original Equipment Manufacturer (OEM) and the only known source with the necessary capabilities, data, and expertise. Previous attempts to acquire technical data from the OEM for competitive repair have been unsuccessful, and developing another qualified source would cause unacceptable delays and potentially ground the KC-135 fleet. The contract is anticipated to be a one-year basic agreement with four one-year options, with an estimated total value of $9,575,234.00. Market research, including a Sources Sought Synopsis, yielded no other potential repair sources. The contracting officer will ensure the price is fair and reasonable through cost and price analysis, with support from DCMA and DCAA if needed. There are currently no foreseeable actions to remove barriers to competition for future acquisitions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    66--INDICATOR,SIGHT,LIQ
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to procure an "INDICATOR, SIGHT, LIQ" under a sole source contract with Clark-Reliance Corporation. This acquisition, valued at approximately $234,905.44, is justified under the authority of 10 U.S.C. 2304(c)(1) due to the limited availability of the required technical data, which restricts full and open competition. The indicator is crucial for measuring liquid levels and mechanical motion, playing a significant role in various defense applications. Interested parties can reach out to Kee-sha Eskridge at Kee-sha.Eskridge@dla.mil or Tiffany Henderson at Tiffany.Henderson@dla.mil for further inquiries regarding this procurement.
    Opportunity Details
    Buyer not available
    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.
    KC-135 Air Pressure Controller
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of the KC-135 Air Pressure Controller, identified by NSN 1660-01-290-2065 and part number 130400-2-1. This procurement focuses on acquiring essential aircraft parts and auxiliary equipment, specifically designed for aircraft air conditioning, heating, and pressurizing systems, which are critical for maintaining operational readiness and safety in military aviation. Interested vendors should direct inquiries to Kristian Hollingshead at kristian.hollingshead.1@us.af.mil for further details regarding the solicitation process.
    FD2030-25-00036
    Buyer not available
    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.
    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.
    2-Year LTC Renewal (CAGE 99251)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a two-year Indefinite Quantity Contract (Solicitation N00383-25-R-P701) focused on the repair and modification of LX, E-2, and AV-8 aircraft system components. The contractor will be responsible for providing all necessary labor, materials, and facilities for repairs, adhering to specified manuals and statements of work, while also managing various repair scenarios including items deemed Beyond Physical Repair (BPR) and Beyond Economical Repair (BER). This contract is critical for maintaining the operational readiness of military aircraft, ensuring compliance with rigorous government regulations, including FAR and DFARS clauses. Interested parties can contact Kristin Clemens at KRISTIN.CLEMENS2.CIV@US.NAVY.MIL or by telephone at 771-229-0403 for further details.
    ARC-182 3 year LTC
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of seven items on the ARC-182 platform from Rockwell Collins, the Original Equipment Manufacturer (OEM). This procurement is critical as it ensures the continued operational capability of aircraft systems, with the contract duration set for three years. Interested parties are encouraged to submit their capabilities and qualifications to the primary contact, Alyssa Thieu, via email at alyssa.t.thieu.civ@us.navy.mil, within 15 days of this notice, although proposals received within 45 days will also be considered. This opportunity is not a Total Small Business Set-Aside, and no hard copies of the solicitation will be mailed.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.
    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.