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 contract seeks remanufacture and overhaul support for all KC-46 Landing Gear Depot Level Repairables (DLRs), including shipsets and field-level replaceable subcomponents. Proposals are due July 28, 2026.
Purpose & Scope
This requirements-type contract aims to secure comprehensive remanufacture and overhaul sustainment 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. The effort focuses on ensuring material availability through a closed-loop system integrating maintenance, supply, and engineering. Excluded from the scope are separate wheel, tire, and brake assemblies. All items are considered commercial products.
Contract Details
This will be a single-award, Firm Fixed-Price (FFP) requirements-type contract with Economic Price Adjustment (EPA) for labor and material costs. The period of performance includes a 5-year basic period and a 5-year option period, totaling up to 10 years. Performance metrics include an Exchange Lead Time (ELT) of 82 days for shipsets (75 days remanufacture + 7 days transport) and Remanufacture Turn Around Time (RTAT) for sub-components, with incentives for on-time shipset delivery and disincentives for delays.
Key Requirements & Deliverables
The contractor must provide 100% overhaul/remanufacture support, adhering to OEM Component Maintenance Manuals (CMMs), FAA regulations, and SAE AS 9110 quality standards. Key requirements include a Supply Chain Risk Management (SCRM) plan, Item Unique Identification (IUID) marking, and extensive reporting via Contract Data Requirements List (CDRLs). Government Furnished Property (GFP) and Data (GFD) will be provided, with specific instructions for Government Furnished Material (GFM) management and reconciliation. Proposals must be based on the 767-300F series landing gear, as KC-46/2C CMMs will not be provided prior to award.
Submission & Evaluation
Proposals are due by July 28, 2026, at 4:00 PM and must be submitted electronically via DoD SAFE. Evaluation factors are weighted as follows: Technical (Remanufacture Capability and Capacity, Exchange Lead Time, Remanufacture Turn Around Time) is the most important, followed by Price, then Past Performance. Award will be made to the offeror representing the best overall value. Offerors must submit past performance information with a narrative justifying relevance, even for contracts beyond the B767 (e.g., B737). Amendment 0001 clarified requirements in Sections L and M.
Eligibility & Set-Aside
This acquisition is a 100% Small Business Set-Aside. The applicable NAICS Code is 336413 (Aircraft Landing Gear Components) with a size standard of 1,250 employees.
Contact Information
For inquiries, contact Kyle Swaner at kyle.swaner@us.af.mil.