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 100% Small Business Set-Aside opportunity seeks remanufacture and overhaul support for KC-46 Landing Gear Depot Level Repairables (DLRs), including shipsets and field-level replaceable subcomponents. The contract is a single-award, requirements-type contract with a 5-year basic period and a 5-year option, totaling 10 years. Proposals are due July 28, 2026, at 4:00 PM.
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 field-level support for sub-components. This effort excludes separate wheel, tire, and brake assemblies. Key requirements include adherence to the Technical Requirements Document (TRD), FAA regulations, Component Maintenance Manuals (CMMs), and SAE AS 9110 quality standards. Proposals should be based on the -300F series landing gear.
Contract Details
- Contract Type: Single Award, Requirements Type Contract (RTC), Firm Fixed Price (FFP) with Economic Price Adjustment (EPA).
- Period of Performance: 5-year base period + one 5-year option (total 10 years).
- Set-Aside: 100% Small Business Set-Aside (NAICS 336413, Size Standard 1,250 employees).
- Performance Metrics: Contractors must meet specific 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, while disincentives apply for failures to meet ELT/RTAT.
- Government Furnished Material (GFM): GFM will be provided as a last resort, with costs reconciled from the FFP. Contractor is responsible for all other materials (CFM).
- Reporting: Extensive reporting requirements, including Item Unique Identification (IUID) marking and various Contract Data Requirements List (CDRL) items. A Supply Chain Risk Management (SCRM) plan is also required.
Submission & Evaluation
- Proposal Due: July 28, 2026, 4:00 PM.
- Submission Method: Electronic via DoD SAFE.
- Evaluation Factors: Proposals will be evaluated based on Technical (most important), Price (second most important), and Past Performance (third most important). Technical factors include Remanufacture Capability and Capacity, Exchange Lead Time, and Remanufacture Turn Around Time. Award will be made to the offeror representing the best overall value. Amendment 0001 clarifies specific requirements in Sections L and M.
- Attachments: Offerors must utilize Attachment 6 for pricing and submit past performance information using Attachments 7, 8, and 10. Attachment 11 is for team roles and responsibilities.
Contact Information
For questions, contact Kyle Swaner at kyle.swaner@us.af.mil.