Solicitation FA811825R0082 for FD20302501095 Remanufacture of KC-135 Emergency Flap Drive Gearbox Assembly and Control Stand Rudder Trim Gearbox Assembly NSN:1680006456975FL and 1680007899357FL
ID: FA811825R0097Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8118 AFSC PZABBTINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of KC-135 Emergency Flap Drive Gearbox Assemblies and Control Stand Rudder Trim Gearbox Assemblies under Solicitation FA811825R0082. This procurement is a total small business set-aside and requires contractors to adhere to strict quality standards, including ISO 9001-2015 and AS9100, while delivering eight units every 30 calendar days after receipt of order. The contract will span five years, comprising a three-year basic period with two one-year options, emphasizing the importance of these components for the operational readiness of the KC-135 aircraft. Interested parties must submit their proposals by October 16, 2025, at 12:00 PM, and can direct inquiries to Cliff Morgan at clifford.morgan.8@us.af.mil or 405-739-5461, or to Amy Gil at amy.gil@us.af.mil.

    Files
    Title
    Posted
    The Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements document provides essential guidance for contractors on technical responsibilities and reporting within the CAV AF system. This system is the primary record for daily status of government-owned assets at contractor repair facilities, including those in Inventory Control Points. Contractors must ensure accurate, daily reporting, or within one business day of a maintenance action, utilizing current user guides and undergoing familiarization training. Key responsibilities include maintaining asset record accuracy, assigning two CAV AF reporters, completing annual DoD Information Assurance CyberAwareness Challenge training, and adhering to specific transactional reporting for 'Not-on-Contract' items, 'On Contract' receipts, and proper use of DD Form 1348-1A for shipping. Strict protocols apply to Nuclear Weapon Related Materiel (NWRM) and discrepancy reporting. Non-compliance with timely and accurate data submission is subject to Program Management Review (PMR).
    DI-MGMT-81838 outlines the Commercial Asset Visibility (CAV) reporting requirements for government-owned reparable assets at contractor repair facilities. The CAV application is a web-based system designed to track these assets throughout their repair cycle, serving as an inventory management tool for commercial repair vendors. Contractors are mandated to report transactions, status code changes, and various report types as defined in the Contract Statement of Work. These include asset receipts, inductions, items awaiting parts, completions, shipments, and items deemed Beyond Economic Repair (BER) or scrap. The DID specifies the content and format for these reports, ensuring automated updates to the CAV database and providing vendors access to their repair data for generating required status and activity reports. This document is crucial for maintaining visibility and accountability of government assets in commercial hands.
    DI-MGMT-80441D outlines the requirements for the Government Property (GP) Inventory Report, a critical document for contractors to periodically report government-furnished property (GFP) and contractor-acquired property (CAP) to the Department of Defense. This Data Item Description (DID) is applicable to all contracts involving GP and supersedes DI-MGMT-80441C. The report must be submitted electronically in .xls or .xlsx format and include specific data fields such as Contract Number, Agency/Service Asset Identification Number, Item Description, Manufacturer details, National Stock Number, Quantity, Unit Acquisition Cost, Unique Item Identifier, Asset Location, Type and Classification of Government Property, Date of Last Physical Inventory, and Federal Condition Code. This DID ensures standardized reporting of government property in contractor possession, including subcontractors, facilitating oversight and accountability within federal contracts.
    DI-SESS-80776B provides guidelines for Technical Data Packages (TDPs), which are essential for federal government acquisitions, production, inspection, engineering, and logistics. A TDP offers a complete technical description of an item, defining its design, configuration, performance, and procedures. It encompasses models, drawings, specifications, software documentation, and packaging details. This document outlines the format and content for TDP deliverables, referencing MIL-STD-31000B for various engineering design data elements, including conceptual, developmental, product, and commercial data. It also covers requirements for special inspection equipment, tooling, specifications, software documentation, special packaging instructions, and quality assurance provisions. The DID emphasizes the inclusion of critical details such as unique processes, performance ratings, dimensional data, manufacturing processes, and quality assurance criteria, ensuring comprehensive technical documentation for government contracts.
    The Department of the Air Force has issued Amendment FA8118-25-R-0097-0002 to Solicitation FA811825R0097, dated August 26, 2025. The primary purpose of this amendment is to extend the proposal submission deadline to October 28, 2025, at 12:00 PM. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, by acknowledging on each offer copy, or by separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge prior to the deadline may result in the rejection of offers.
    The Department of the Air Force (FA8118-25-R-0097) is seeking proposals for a five-year, firm-fixed-price contract (three-year basic, two one-year option periods) for the remanufacture of KC-135 Gearbox Assemblies. This total small business set-aside requires contractors to remanufacture two types of gearbox assemblies: Emergency Flap Drive Gearbox Assemblies (NSN: 1680-00-645-6975 FL) and Rudder Trim Control Gearbox Assemblies (NSN: 1680-00-789-9357 FL). Both items require unique item identification (IUID) and adherence to ISO 9001-2015 and AS9100 quality standards. Deliveries are scheduled for 8 units every 30 calendar days after receipt of order. The solicitation includes provisions for 'Over and Above' work to be negotiated, and adherence to the Buy American Act/Balance of Payments Program is mandatory. Offers are due by October 16, 2025, at 12:00 PM.
    The Department of the Air Force issued Amendment FA8118-25-R-0097-0001 to solicitation FA811825R0097, dated August 26, 2025. The purpose of this amendment is to delete SLINs 1001AC and 1002AC from the solicitation. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. This amendment is an administrative change to the solicitation, requiring no action from contractors other than acknowledging receipt if an offer has already been submitted, or if they wish to change an already submitted offer.
    Similar Opportunities
    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.
    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.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Buyer not available
    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.
    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.
    GEARBOX,LANDING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    TRUNNION, CYLINDER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of trunnion cylinders for the KC-135 aircraft. This presolicitation opportunity is set aside for small businesses and involves an Indefinite Quantity Contract with an estimated maximum order quantity of 120 units over a five-year period, with a delivery schedule of 228 days after receipt of order. The goods are critical components used in aircraft hydraulic systems, emphasizing their importance in maintaining operational readiness. Interested vendors must submit their proposals by fax and are encouraged to download the Request for Proposal (RFP) from the DLA Internet Bid Board System, with the solicitation issue date set for December 19, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    KC-46 Commercial Common Repairable Support
    Buyer not available
    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.
    NSN 1650-010333280, CONSTRANT SPEED DRIVE GOVERNOR PARTS KIT, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Constrant Speed Drive Governor Parts Kit, identified by NSN 1650-010333280. This procurement is specifically for an indefinite quantity contract (IQC) with a base period of five years, requiring the manufacturing of parts in accordance with specified drawings and standards, with an estimated annual quantity of 80 units. The parts are critical components for aircraft systems, emphasizing the importance of compliance with military specifications and the necessity for contractors to be certified to access unclassified data. Interested small businesses must submit their proposals by the solicitation issue date, expected on or about November 25, 2025, and can direct inquiries to Tatjana Klemmer at tatjana.vaughan@dla.mil.
    Remanufacture of F-15 Butterfly Valve
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Butterfly Valves under a total small business set-aside contract. This five-year firm fixed-price requirements contract includes a three-year basic period and a two-year option period, requiring contractors to restore the valves to a like-new condition through disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. The valves are critical components for controlling cabin airflow in F-15 aircraft, emphasizing the importance of quality and compliance with stringent technical and safety standards. Proposals are due by December 15, 2025, and interested vendors should contact Cliff Morgan at clifford.morgan.8@us.af.mil or Amy Gil at amy.gil@us.af.mil for further information.
    PANEL, STRUCTURAL AI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the KC-135 aircraft, specifically identified by NSN: 1560-00-231-9229. This opportunity is a Total Small Business Set-Aside, aimed at acquiring 40 units over a six-month contract term, with a delivery schedule of 283 days after receipt of order. The goods are critical components for aircraft operations, emphasizing the importance of quality and reliability in defense logistics. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the anticipated issue date of December 22, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.