KC-46 Commercial Common Repairable Support-Amendment 3

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 seeking proposals for KC-46 Commercial Common Repairable Support under a competitive, Unrestricted Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This opportunity provides worldwide supply support for KC-46A Depot Level Repair (DLR) National Stock Numbers (NSN), requiring a 30-day exchange of unserviceable for serviceable FAA certified assets. Proposals are due February 20, 2026, at 3:00 PM CST.

Scope of Work

The contract will provide comprehensive strategic repairable support services for KC-46A aircraft. Key services include:

  • Supply Support: Management, inspection, repair, overhaul, and replacement of unserviceable DLRs with FAA Certified new, repaired, or overhauled items.
  • Exchange and Title Transfer: Contractor receives unserviceable items, title transfers, and provides serviceable FAA certified items within a 30-day turnaround time (TAT).
  • Parts Management: Use of Parts Manufacture Authority (PMA) parts, 1-year warranty on serviceable items, shelf-life management, and Packaging, Handling, Storage & Transportation (PHS&T).
  • Operational Support: Surge operations capability, handling Over & Above (O&A) requests, and managing hardware substitutions in compliance with FAA airworthiness standards.
  • Reporting & Compliance: Inputting data into the Commercial Asset Visibility Air Force (CAVAF) system, adhering to Operational Security (OPSEC), and developing a comprehensive Supply Chain Risk Management (SCRM) Plan.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ)
  • Set-Aside: Unrestricted (Full & Open Competition)
  • Period of Performance: Five-year base period (no option years)
  • Estimated Ceiling Value: $471,000,000
  • Minimum Order: $500.00
  • Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)

Key Requirements & Deliverables

Offerors must possess or utilize subcontractors with FAA Part 145 Repair Station certification. The prime contractor is responsible for all documentation and capabilities. A Supply Chain Risk Management (SCRM) Plan is required per PWS Section 17.0, including subparagraphs 17.1-17.3. Compliance with CAVAF reporting requirements is mandatory. DMSMS reporting has been removed from the PWS and CDRLs.

Submission & Evaluation

  • Proposal Due Date: February 20, 2026, at 3:00 PM CST.
  • Evaluation: Initial IDIQ award will be based on technical capability, specifically FAA Part 145 Repair Station certification. Pricing is not required for the initial IDIQ proposal but will be requested for individual Fair Opportunity Proposal Requests (FOPRs) for task orders. Task order proposals will be evaluated on Technical, Price, Delivery, and Past Performance.
  • Submission: Offerors must acknowledge all amendments with their submission.

Important Notes

This solicitation has undergone multiple amendments. Amendment 3 updated the PWS reference for the SCRM plan. Amendment 2 extended the proposal due date to February 20, 2026. Questions and Answers clarify that subcontractor FAA Part 145 certifications are acceptable, and the contract uses a Firm Fixed Price (FFP) Flat-Rate Exchange model.

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 5Viewing
Solicitation
Posted: Feb 11, 2026
Version 4
Solicitation
Posted: Feb 3, 2026
View
Version 3
Solicitation
Posted: Jan 22, 2026
View
Version 2
Solicitation
Posted: Jan 15, 2026
View
Version 1
Solicitation
Posted: Dec 5, 2025
View