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 a single-award contractor to provide remanufacture and overhaul support for KC-46 Landing Gear Depot Level Repairables (DLRs), including shipsets and field-level replaceable subcomponents. Proposals are due July 28, 2026, at 4:00 PM.
Purpose & Scope
This contract aims to ensure material availability for KC-46 landing gear through a comprehensive PBL program. The selected contractor will provide 100% overhaul and remanufacture support for both 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 covers commercial products and excludes separate wheel, tire, and brake assemblies.
Contract Details
- Contract Type: Single-Award, Requirements Type Contract (RTC)
- Period of Performance: 5-year basic period with a 5-year option period, totaling 10 years.
- Pricing: Firm Fixed Price (FFP) with Economic Price Adjustment (EPA) for labor and material costs. Pricing for shipsets will be FFP per remanufacture (PPR), and for sub-components, FFP per each (PPE).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336413 (Aircraft Landing Gear Components), Size Standard: 1,250 employees.
Key Requirements
- Remanufacturing: Oversee and perform complete remanufacture, inspection, modification, and testing of landing gear components per 14 CFR Part 43 and Component Maintenance Manuals (CMMs).
- Materials: Contractor must furnish all materials, procuring new parts from OEM or approved sources. Used Serviceable Material (USM) is permitted if Form 8130 compliant.
- Facilities: Must possess a certified 14 CFR Part 145 Repair Station.
- Performance Metrics: Achieve an 82-day Exchange Lead Time (ELT) for shipsets (75 days remanufacture + 7 days transport) and meet Remanufacture Turn Around Time (RTAT) for sub-components (90-day metric for subcomponents, with disincentives for delays). Incentives are available for on-time shipset delivery.
- Compliance: Adherence to the Technical Requirements Document (TRD), SAE AS 9110 quality standards, and IUID requirements. A comprehensive Supply Chain Risk Management (SCRM) plan is also required.
Submission & Evaluation
- Proposal Due Date: July 28, 2026, at 4:00 PM.
- Submission Method: Electronic via DoD SAFE.
- Evaluation Factors: Technical (Remanufacture Capability and Capacity, ELT, RTAT) is the most important, followed by Price, then Past Performance. Award will be based on best overall value.
- Technical Proposal: Must demonstrate capability for KC46-2C landing gear or commercial equivalent overhaul/remanufacture, FAA compliance, ability to meet ELT/RTAT, engineering expertise, subcomponent sourcing, and sufficient capacity.
- Technical Data Note: Component Maintenance Manuals (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.
- Past Performance: Offerors must submit relevant contracts with a narrative justifying their relevance.
- Formatting: Tables, charts, graphs, and figures up to 11x17 inches are permitted in proposals.
- Teaming: Teaming agreements are generally not required for subcontractors performing discrete tasks.
Contact Information
For inquiries, contact Kyle Swaner at kyle.swaner@us.af.mil.