KC-46 Commercial Common Repairable Support-Amendment 2

SOL #: FA8109-26-R-0001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8109 AFSC PZAAC
TINKER AFB, OK, 73145-3303, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories (J016)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 5, 2025
2
Last Updated
Feb 19, 2026
3
Submission Deadline
Feb 20, 2026, 9:00 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 Department of the Air Force is soliciting proposals for the KC-46 Commercial Aircraft Strategic Parts Repair and Exchange (CASPER) Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This unrestricted opportunity seeks worldwide supply support for KC-46A Depot Level Repair (DLR) National Stock Numbers (NSN), requiring a 30-day exchange of unserviceable assets for serviceable, FAA-certified items. Proposals are due February 20, 2026, at 3:00 PM (CST).

Scope of Work

The contractor will provide comprehensive supply support for KC-46A DLRs, including:

  • Inspection, repair, overhaul, and replacement of unserviceable items with FAA-certified new, repaired, or overhauled assets.
  • Management of exchange and title transfer of DLRs.
  • Provision of a one-year warranty on serviceable items.
  • Shelf-life management, Packaging, Handling, Storage & Transportation (PHS&T), and surge operations planning.
  • Processing Over & Above (O&A) requests and ensuring all part substitutions meet FAA airworthiness standards.
  • Inputting data into the Commercial Asset Visibility Air Force (CAVAF) system.
  • Developing and maintaining a comprehensive Supply Chain Risk Management (SCRM) plan, including continuity of operations, foreign influence, and cybersecurity measures.
  • Establishing a single-manager Point of Contact (POC) for program management and supporting Program Management Reviews (PMRs).

Contract & Timeline

  • Contract Type: Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ)
  • Pricing Model: Firm Fixed Price (FFP) Flat-Rate Exchange for task orders.
  • Duration: Five-year ordering period, with a total performance period of five years.
  • Estimated Value: $471 million ceiling. Minimum guaranteed order of $500.00.
  • Set-Aside: Unrestricted
  • Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
  • NAICS Code: 336413 (Aircraft Manufacturing), Size Standard: 1,250 employees.
  • Proposal Due: February 20, 2026, at 3:00 PM (CST).
  • Published: February 3, 2026 (Amendment 2).

Key Requirements & Certifications

Offerors must possess or utilize subcontractors with FAA Part 145 Repair Station certification (Boeing 767 certifications are acceptable for common components). All serviceable items must bear an FAA approved document (Form 8130-3 or Certificate of Conformance). Compliance with Federal Aviation Regulations (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Operational Security (OPSEC) requirements is mandatory. Contractors must adhere to CAVAF reporting requirements and provide various data items as specified in the updated Contract Data Requirements List (CDRLs), which no longer include DMSMS reporting.

Evaluation

The initial IDIQ award will be based solely on the Technical Factor, specifically the Offeror's current FAA Part 145 Repair Station certification. For subsequent task orders issued via Fair Opportunity Proposal Requests (FOPRs), proposals will be evaluated on Technical, Price, Delivery, and Past Performance, with awards made to the offeror with the lowest total evaluated price (TEP) and a conforming proposal.

Additional Notes

The government continues to accept questions, but the response due date will not be extended unless a new RFP Amendment is published. All questions and responses should be sent to both listed POCs.

People

Points of Contact

Stephen SchexnayderPRIMARY
Joshua TaftSECONDARY

Files

Files

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

Versions

Version 9
Solicitation
Posted: Feb 19, 2026
View
Version 8
Solicitation
Posted: Feb 13, 2026
View
Version 7
Solicitation
Posted: Feb 13, 2026
View
Version 6
Solicitation
Posted: Feb 13, 2026
View
Version 5
Solicitation
Posted: Feb 11, 2026
View
Version 4Viewing
Solicitation
Posted: Feb 3, 2026
Version 3
Solicitation
Posted: Jan 22, 2026
View
Version 2
Solicitation
Posted: Jan 15, 2026
View
Version 1
Solicitation
Posted: Dec 5, 2025
View