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 a KC-46 Commercial Common Repairable Support Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This unrestricted, full and open solicitation seeks worldwide supply support for KC-46A Depot Level Repair (DLR) National Stock Numbers (NSN), requiring a 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 requires contractors to provide supply support and management for KC-46A DLRs, including inspection, repair, overhaul, and replacement of unserviceable items with FAA-certified new, repaired, or overhauled items. Key requirements include:

  • 30-day exchange of unserviceable for serviceable FAA-certified assets.
  • FAA Part 145 Repair Station certification (prime or subcontractor).
  • Development of a Supply Chain Risk Management (SCRM) Plan (PWS Section 17.0).
  • Management of an item shelf-life program and compliance with packaging, handling, storage, and transportation (PHS&T) requirements.
  • Capability for surge operations and handling Over & Above (O&A) requests.
  • Inputting data into the Commercial Asset Visibility Air Force (CAVAF) system.
  • Adherence to Operational Security (OPSEC) requirements.
  • Providing a one-year warranty on serviceable items.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) with a Firm Fixed Price (FFP) Flat-Rate Exchange model for task orders.
  • 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.
  • Set-Aside: Unrestricted / Full & Open.
  • Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).

Key Updates & Amendments

This solicitation has undergone several amendments and Q&A updates. Amendment 3 (February 11, 2026) updated the PWS reference for the SCRM plan from Section 18.0 to 17.0. The proposal response date was extended to February 20, 2026, at 3:00 PM CST via Amendment 2 (January 22, 2026) and confirmed by subsequent Q&A releases. Updates also include revised NSN lists, ordering procedures, and clarifications on subcontractor FAA certifications, pricing at the FOPR stage, and the 30-day turnaround time.

Evaluation Factors

Award will be based solely on the Technical Factor, specifically the Offeror's current FAA Part 145 Repair Station certification. Subcontractors' certifications are acceptable, with the prime contractor remaining responsible for all documentation and capability requirements. Pricing will be evaluated at the individual Fair Opportunity Proposal Request (FOPR) stage.

Submission Requirements

Proposals must be submitted electronically by the due date. Offerors must acknowledge receipt of all amendments.

Additional Notes

The government will continue to accept questions, but the response due date will not be extended unless a new RFP Amendment is published. Contact Stephen Schexnayder (stephen.schexnayder.2@us.af.mil) or Joshua Taft (joshua.taft@us.af.mil) for inquiries.

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
Download

Versions

Version 9
Solicitation
Posted: Feb 19, 2026
View
Version 8
Solicitation
Posted: Feb 13, 2026
View
Version 7Viewing
Solicitation
Posted: Feb 13, 2026
Version 6
Solicitation
Posted: Feb 13, 2026
View
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