Repair of KC-135 Attitude Indicator
ID: FA8117Type: Justification
4 AwardsSep 12, 2025
$1M$1,010,338
AwardeeSIMMONDS PRECISION PRODUCTS INC Vergennes VT 05491 USA
Award #:FA8117-25-D-0025
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
    Similar Opportunities
    66--INDICATOR,SIGHT,LIQ
    Dept Of Defense
    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.
    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.
    Opportunity Details
    Dept Of Defense
    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.
    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-135 Electronic Component Assembly
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential manufacturing sources for the KC-135 Electronic Component Assembly, identified by NSN: 5998-01-162-5197 and P/N: 42-70117. The government intends to issue a Firm-Fixed-Price sole source contract to Hydro-Aire Inc., as it does not possess the data rights necessary for manufacturing the item, and interested parties must demonstrate their ability to obtain proprietary data from Hydro-Aire Inc. This procurement is crucial for maintaining the operational capabilities of the KC-135 aircraft, and interested manufacturers are encouraged to reach out to Nathan Hirschi at nathan.hirschi@us.af.mil or call 801-586-6091 for further information. This opportunity is not a solicitation but a market research effort to assess competitiveness and determine the best acquisition strategy.
    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 the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting a Firm Fixed Price contract for the repair of the Air Data Processor (ADP), NSN: 6610-01-432-8459FX, with a focus on providing all necessary parts and labor for testing and repair. This sole source requirement is directed towards Honeywell International, as they possess the unique technical data and capabilities required to ensure compatibility with the F-15E’s performance specifications. The contract, which is critical for maintaining operational readiness, will be executed under a Direct Sales Partnership Agreement and is set for a duration of one year, with proposals due by January 30, 2026. Interested parties can reach out to Madison Norris at madison.norris@us.af.mil for further details.
    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.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Dept Of Defense
    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.
    New Manufacture F15/Valve, Solenoid
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the sole source acquisition of 198 F-15 Solenoid Valves from Meggit North Hollywood, Inc. This procurement is critical for the F-15 aircraft's fuel tank pressurization system, requiring compliance with specific delivery timelines, including an initial delivery of 50 units by May 31, 2026, and the final 48 units by August 31, 2026. Interested contractors must adhere to cybersecurity requirements and submit their offers electronically by January 7, 2026, with funding contingent on fiscal year 2026 availability. For further inquiries, potential bidders can contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or by phone at 405-739-4809.