Opportunity Details
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 (AFSC PZABA) is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, including Traffic Collision Avoidance System/Vertical Speed Indicators (TCAS/VSI). This is an unrestricted acquisition for a single Firm-Fixed-Price contract. The primary goal is to ensure the operational readiness of these critical aircraft components. Proposals are due by February 16, 2026, at 3:00 PM Central Standard Time.
Scope of Work
The contract requires comprehensive repair services for C-130 and KC-135 Vertical Indicators. This includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions to restore items to a serviceable condition, adhering strictly to applicable Technical Orders (TOs) and Original Equipment Manufacturer (OEM) specifications. The solicitation covers multiple line items for various repair types, including "Repair Indicator, Vertical - Basic," "No Fault Found," and "Beyond Economical Repair."
Contract Details
- Contract Type: Single Firm-Fixed-Price (FFP) contract.
- Period of Performance: One-year basic period with six 1-year option periods, with orders issued from September 20, 2026, through September 19, 2033.
- Set-Aside: Unrestricted.
- NAICS Code: 334511 (Size Standard: 1,350 employees).
- Place of Performance: Contractor facility (items ship to DLA Distribution Depot Oklahoma, Tinker AFB, OK).
Key Requirements & Deliverables
Bidders must be capable of performing repairs on specific National Stock Numbers (NSNs) and comply with various requirements, including Item Unique Identification (IUID). Key deliverables specified in the Contract Data Requirements List (CDRLs) include Government Property Inventory Reports, Production Surge Plans, Commercial Asset Visibility (CAV) Reporting, Counterfeit Prevention Plans, Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Reports (per Exhibit A), Bills of Materials, and Monthly Production Reports. Performance standards include maintaining a quality product (<=3% deficiency reports), 100% on-schedule delivery, and adherence to ISO 9001:2015 Quality Management System. Special requirements cover Pre-Award Surveys, Supply Chain Risk Management, Cybersecurity, and strict packaging (ISPM 15, MIL-STD-129/2073-1) and transportation protocols.
Submission & Evaluation
This is a price-only competitive acquisition. Award will be made to the offeror with the lowest total evaluated price (TEP). Proposals must be clear, concise, and provide sufficient detail for evaluation, including evidence of qualification in accordance with FAR 52.209-1. Offerors should note that unbalanced pricing may lead to ineligibility for award. The Service Contract Act Wage Determination (WD_2015_5613_Rev_30) applies, requiring compliance with minimum wage rates and fringe benefits.
Important Notes & Deadlines
The proposal due date has been extended multiple times, with the latest amendment setting the deadline for February 16, 2026, at 3:00 PM Central Standard Time. All questions should be directed to the listed contacts.