DRAFT RFP - KC-46 Landing Gear PBL
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Aviation at Ogden, UT, has issued Solicitation SPRHA1-26-R-4646 for the KC-46 Landing Gear Performance Based Logistics (PBL) program. This Total Small Business Set-Aside seeks remanufacture and overhaul support for KC-46 Landing Gear Depot Level Repairables (DLRs), including shipsets and field-level subcomponents. The contract is a single-award, requirements-type contract with a 10-year potential duration. Proposals are due July 28, 2026, at 4:00 PM (Mountain Time).
Scope of Work
The contractor will provide 100% overhaul and remanufacture support for KC-46 Main Landing Gear (MLG) and Nose Landing Gear (NLG) shipsets for 10-year Time Change Intervals (TCI), as well as 100% field-level support for sub-components. This effort excludes separate wheel, tire, and brake assemblies. Key performance metrics include an 82-day Exchange Lead Time (ELT) for shipsets and specific Remanufacture Turn Around Time (RTAT) for sub-components, with associated incentives and disincentives. Compliance with FAA regulations, OEM Component Maintenance Manuals (CMMs), and AS9110 quality standards is required. A comprehensive Supply Chain Risk Management (SCRM) plan, including Continuity of Operations (COOP), Foreign Influence, and Cybersecurity, is also required.
Contract Details
- Contract Type: Single Award, Requirements Type Contract (RTC)
- Pricing: Firm Fixed Price (FFP) with Economic Price Adjustment (EPA) for labor and material costs.
- Period of Performance: 5-year base period + one 5-year option period (total 10 years).
- Set-Aside: Total Small Business Set-Aside (NAICS 336413, Size Standard 1,250 employees).
- Key Attachments: Offerors must utilize "06 - KC-46 LG TEP - (Attachment 6)" for pricing.
Technical Requirements & Evaluation
Proposals must demonstrate capability for KC-46/2C landing gear or commercial equivalent overhaul/remanufacture. Due to data release restrictions, CMMs for the KC-46/2C landing gear will not be provided prior to award; offerors must leverage their understanding of the 767-300F series landing gear and identify any gaps. Proposals should be based on the -300F series. Evaluation factors include Technical (most important), Price, and Past Performance. Technical evaluation will assess remanufacture capability/capacity, ELT, and RTAT. Past performance submissions require a narrative justifying relevance to technical subfactors, and client authorization letters for commercial contracts.
Submission & Deadlines
- Proposal Due Date: July 28, 2026, at 4:00 PM (Mountain Time).
- Submission Method: Electronically via DoD SAFE.
- Amendments: Amendment 0001 clarified requirements in Sections L & M. Recent Q&A (March 6, 2026) confirmed proposal page size flexibility for charts/figures (up to 11x17 inches) and clarified teaming agreement requirements.
- Contact: Kyle Swaner, kyle.swaner@us.af.mil.