Opportunity Details

SOL #: FA811726R0003Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8117 AFSC PZABA
TINKER AFB, OK, 73145-3303, United States

Place of Performance

Tinker AFB, OK

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment (J066)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 31, 2025
2
Last Updated
Jan 21, 2026
3
Submission Deadline
Dec 1, 2025, 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 (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.

People

Points of Contact

Nathan R. SholundPRIMARY
Gregory HowardSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Jan 21, 2026
View
Version 3
Solicitation
Posted: Dec 16, 2025
View
Version 2
Solicitation
Posted: Dec 1, 2025
View
Version 1Viewing
Solicitation
Posted: Oct 31, 2025
Opportunity Details | GovScope