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 soliciting proposals for the KC-46 Commercial Common Repairable Support contract, a competitive, full & open Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ). This effort provides worldwide supply support for KC-46A Depot Level Repair (DLR) National Stock Numbers (NSN), requiring a no greater than 30-day exchange of unserviceable assets for FAA-certified serviceable assets. Proposals are due February 20, 2026, at 3:00 PM CST.

Scope of Work

The contract covers comprehensive DLR supply support, including inspection, repair, overhaul, and replacement of unserviceable items with FAA-certified new, repaired, or overhauled parts. Key services include:

  • Exchange and Repair: Commercial and non-commercial parts.
  • Teardown, Test, & Evaluation (TT&E).
  • Over & Above (O&A) requests and Beyond Economical Repair (BER) services.
  • Supply Chain Risk Management (SCRM) Plan: Required per PWS Section 17.0, addressing continuity of operations, foreign influence, and cybersecurity.
  • Commercial Asset Visibility Air Force (CAVAF) reporting: Mandatory for tracking government-owned assets.
  • Performance Standards: A benchmark 30-day turnaround time (TAT) for exchange or repair, starting upon contractor receipt of the unserviceable item. All serviceable items must bear an FAA approved Form 8130-3 or Certificate of Conformance (CoC).

Contract Details

  • Contract Type: Multiple Award IDIQ.
  • Set-Aside: Unrestricted (Full & Open).
  • Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).
  • Period of Performance: A single base period of five years with no option periods.
  • Estimated Value: Total ceiling of $471 million.
  • Minimum Order: $500.00.

Evaluation & Award

Initial IDIQ award will be based solely on the Technical Factor, specifically the Offeror's current FAA Part 145 Repair Station certification. Subcontractors' FAA Part 145 certifications are acceptable, with the prime contractor remaining responsible. Pricing is not required for the initial IDIQ proposal. Subsequent task orders will be issued via Fair Opportunity Proposal Requests (FOPRs), evaluated on Technical, Price, Delivery, and Past Performance, with awards made to the offeror with the lowest total evaluated price and conforming proposal. The government reserves the right to on-ramp additional contractors or off-ramp those failing to maintain FAA certification.

Submission & Deadlines

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
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 6Viewing
Solicitation
Posted: Feb 13, 2026
Version 5
Solicitation
Posted: Feb 11, 2026
View
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