DRAFT RFP - KC-46 Landing Gear PBL

SOL #: SPRHA1-26-R-4646Special Notice

Overview

Buyer

HILL AIR FORCE BASE, UT, 84056-5820, United States

Place of Performance

Place of performance not available

NAICS

No NAICS code specified

PSC

Aircraft Landing Gear Components (1620)

Set Aside

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

Timeline

1
Posted
Dec 22, 2025
2
Last Updated
Apr 30, 2026
3
Action Date
Nov 28, 2025, 11:00 PM

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 is a Total Small Business Set-Aside for a single-award, requirements-type contract to provide remanufacture and overhaul support for KC-46 Landing Gear Depot Level Repairables (DLRs). The contract has a 5-year basic period and a 5-year option, totaling up to 10 years. Proposals are due July 28, 2026, at 4:00 PM.

Scope of Work

The selected contractor will provide 100% overhaul and remanufacture support for KC-46 Main Landing Gear (MLG) and Nose Landing Gear (NLG) shipsets for programmed 10-year Time Change Intervals (TCI), as well as field-level support for sub-components. This includes 43 DLRs NSNs. The work requires compliance with FAA regulations, Component Maintenance Manuals (CMMs), and SAE AS9110 standards. An average annual requirement of 15 LG shipsets is anticipated. The contractor must furnish all necessary materials, procuring new parts from Boeing or approved sources, with Used Serviceable Material (USM) permitted under specific conditions.

Contract Details

  • Contract Type: Single Award, Requirements Type Contract (RTC)
  • Period of Performance: 5-year base period + 5-year option period (total 10 years)
  • Pricing: Firm Fixed Price (FFP) with Economic Price Adjustment (EPA) for labor and material costs.
  • Performance Metrics: Key metrics include an Exchange Lead Time (ELT) of 82 days for shipsets and Remanufacture Turn Around Time (RTAT) for sub-components. Incentives are available for on-time shipset delivery (80% OTD), and disincentives apply for failure to meet ELT/RTAT targets.
  • Government Furnished Material (GFM): GFM will be provided as a last resort, with costs reconciled from the FFP.

Eligibility & Set-Aside

  • Set-Aside: 100% Small Business Set-Aside
  • NAICS Code: 336413
  • Size Standard: 1,250 employees

Submission & Evaluation

Proposals must be submitted electronically via DoD SAFE by the due date. Evaluation factors include Technical (most important), Price, and Past Performance. Technical proposals must demonstrate capability for KC46-2C LG or commercial equivalent overhaul/remanufacture, FAA compliance, ability to meet ELT/RTAT, engineering expertise, subcomponent sourcing, and sufficient capacity. AS9110 certification is a mandatory prerequisite for award; offerors not yet certified may submit a plan to obtain it prior to contract award. Due to data release restrictions, KC-46 CMMs and drawings will not be provided prior to award; offerors must leverage their understanding of the 767-300F series landing gear and identify any remanufacture gaps.

Key Attachments

Bidders should review the KC-46 LG PBL NSN List, PMRT Workbook, KC-46 LG TEP (Attachment 6) for pricing, and the TRD Main with its appendices (A-D) for detailed technical and procedural requirements. Amendments have clarified requirements in Sections L and M, particularly regarding AS9110 certification and proposal formatting for figures.

People

Points of Contact

Austin GardnerSECONDARY
Kyle SwanerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 11
Solicitation
Posted: Apr 30, 2026
View
Version 10
Solicitation
Posted: Apr 17, 2026
View
Version 9
Solicitation
Posted: Apr 7, 2026
View
Version 8
Solicitation
Posted: Mar 23, 2026
View
Version 7
Solicitation
Posted: Mar 6, 2026
View
Version 6
Solicitation
Posted: Mar 4, 2026
View
Version 5
Solicitation
Posted: Feb 20, 2026
View
Version 4
Solicitation
Posted: Feb 10, 2026
View
Version 3
Solicitation
Posted: Jan 28, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 27, 2026
View
Version 1Viewing
Special Notice
Posted: Dec 22, 2025