KC-46 Thrust Reverser Plug Set
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, 97th Contracting Squadron, Altus Air Force Base, Oklahoma, intends to issue a Request for Quote (RFQ) for the acquisition of KC-46 Thrust Reverser Plug Sets (LMC18M87 - PW4000). This is a 100% Small Business Set-Aside. The requirement is for 12 units of a 2-piece semi-circle shape plug set. Offers are due by March 16, 2026, at 11:00 AM CST.
Scope of Work
This solicitation seeks to procure PW4000 Thrust Reverse Plug sets for KC-46 Aircraft. The plug sets, specifically Part Number LMC18M87, are essential for safeguarding engines from Foreign Object Debris (FOD), moisture intrusion, wildlife nesting, and environmental contamination. The required configuration is a two-piece semi-circle shape (left side/right side), not a four-piece quarter shape, and must meet OEM specifications. These plugs ensure compliance with technical data, prevent premature component degradation, and reduce maintenance costs and downtime.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ) for Commercial Items
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336411 (Aircraft Manufacturing)
- Product Service Code: 1730 (Aircraft Ground Servicing Equipment)
- Place of Performance: 304 N 7th Street, Altus AFB, OK 73523
- FOB Point: Destination
- Contract Type: Commercial Items
- Incorporated Clauses: Includes various FAR and DFARS clauses, with full text provided for DFARS 252.204-7017 (Prohibition on Covered Defense Telecommunications Equipment) and DFARS 252.232-7006 (Wide Area WorkFlow Payment Instructions).
Submission & Evaluation
Offerors must submit both a price proposal (on page 3 of the Combined Synopsis/Solicitation) and a separate, detailed technical proposal. Technical submissions must be clear, concise, and provide convincing rationale on how the offer meets the "Salient Characteristics" (Attachment 1), avoiding general statements or rephrasing. All documents must be submitted electronically via email to daric.giles@us.af.mil and 97CONF.PKA.Contracting@us.af.mil.
Evaluation will be based on the most advantageous offer to the Government, considering Price and Technical Acceptability. Technical proposals will be rated as "acceptable" or "unacceptable" based on meeting the minimum requirements outlined in the Salient Characteristics. The Government reserves the right to award to other than the low quote for a higher quality item. Offerors must be registered in SAM.gov, ensure their registration is current, and update FAR 52.212-3. Proposals must remain valid for at least 30 days.
Key Dates & Contacts
- Questions Due: March 9, 2026, 11:00 AM CST
- Offers Due: March 16, 2026, 11:00 AM CST
- Published Date: February 27, 2026
- Primary Contact for Questions: SSgt Daric Giles (daric.giles@us.af.mil, 580-481-7263)
- Contracting Officer: Mr. Scott Swain (scott.swain.2@us.af.mil, 580-481-6210)