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 under a competitive, unrestricted Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This effort aims to provide 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 ones. The contract has an estimated $471 million ceiling over a five-year period. Proposals are due by February 20, 2026, at 3:00 PM CST.

Scope of Work

The contractor will provide comprehensive supply support and management for KC-46A DLRs, including inspection, repair, overhaul, and replacement of unserviceable items with FAA Certified new, repaired, or overhauled assets. Key responsibilities include managing exchange and title transfer, shelf-life, packaging, handling, storage, and transportation (PHS&T). The scope also covers surge operations planning, processing Over & Above (O&A) requests, ensuring hardware substitutions meet FAA airworthiness standards, and inputting data into the Commercial Asset Visibility Air Force (CAVAF) system. A comprehensive Supply Chain Risk Management (SCRM) plan, addressing continuity of operations, foreign influence, and cybersecurity, is required per PWS Section 17.0. Program management, including a single-manager Point of Contact (POC) and Program Management Reviews (PMRs), is also a core component.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ)
  • Period of Performance: Five-year ordering period, five-year total performance period (single base period).
  • Estimated Value: $471,000,000 ceiling.
  • Minimum Order: $500.00.
  • Set-Aside: None (Unrestricted, Full & Open).
  • Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).
  • NAICS Code: 336413 (Aircraft Engine and Engine Parts Manufacturing) with a size standard of 1,250 employees.

Submission & Evaluation

  • Proposal Due Date: February 20, 2026, at 3:00 PM CST.
  • Proposal Validity: 120 days.
  • Evaluation Criteria (Initial Award): Solely based 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 remaining responsible for all documentation and capability requirements. Boeing 767 certifications are considered valid for KC-46 repairs on common components.
  • Pricing: Not required for the initial MAC IDIQ proposal; competitive Firm Fixed Price (FFP) pricing will be requested during individual Fair Opportunity Proposal Requests (FOPRs).
  • Required Submissions: Offerors must submit a Supply Chain Risk Management (SCRM) Plan in accordance with PWS Section 17.0 (subparagraphs 17.1-17.3). If no foreign ownership, an SF 328 is not necessary.

Ordering Procedures & Performance Standards

Services will be procured via delivery/task orders using a Fair Opportunity Proposal Request (FOPR) process, which may include reverse auctions. The benchmark performance standard is a 30-day turnaround time (TAT) for exchange or repair, starting from the contractor's receipt of the unserviceable item. Other standards include adherence to contractual delivery schedules, defect-free quality, 95% accuracy/timeliness for data reporting, and 100% Government Furnished Property (GFP) inspection. The government will monitor performance via a Quality Assurance Surveillance Plan (QASP). Required reporting includes various data items such as Teardown Deficiency Reports, Inventory/Utilization Data, Production Surge Plans, and CAV AF Reporting, with all Contract Data Requirements List (CDRLs) subject to Distribution Statement D and export control.

Contacts

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
Download
Download

Versions

Version 9Viewing
Solicitation
Posted: Feb 19, 2026
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 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