Overhaul of KC-135 and E-3 Horizontal Stabilizer Trim Actuator, NSN 1680-01-497-3293RK, 1680-01-005-8163RK

SOL #: FA8118-26-R-0007Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8118 AFSC PZABB
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

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 3, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Apr 20, 2026, 7:00 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 overhaul of KC-135 and E-3 Horizontal Stabilizer Trim Actuators (NSN 1680-01-497-3293RK and 1680-01-005-8163RK). This is an UNRESTRICTED solicitation for a five-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective is to remanufacture these components to a like-new, serviceable condition. Offers are due by April 20, 2026, at 2:00 PM.

Scope of Work

The contractor will be responsible for the functional testing, disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of KC-135 and E-3 Stabilizer Trim Actuator Assemblies. This includes basic repair procedures, test and check procedures for specific serial numbers, and handling over and above requests. The contractor must furnish all necessary material, plant facilities, labor, parts, equipment, and expertise. All work must comply with applicable Technical Orders (TOs) and specified attachments, including Item Unique Identification (IUID) marking requirements. Consumable parts will require 100% replacement during overhaul.

Contract Details

This is a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract with an ordering period of five years or until the maximum quantity is reached. The acquisition is UNRESTRICTED, meaning it is open to all qualified businesses. Government Furnished Property (GFP) will be provided, including 9 E-3 Stabilizer Trim Actuators (NSN 168001005816) and 300 KC-135 Stabilizer Trim Actuators (NSN 168001497329).

Submission & Evaluation

Proposals must be submitted by April 20, 2026, at 2:00 PM. Evaluation will be based on price only, specifically the lowest total evaluated price (TEP). Offerors must be qualified and are required to submit a Source Approval Request (SAR) package if not previously qualified. A Pre-Award Survey and/or Initial Production Evaluation (IPE) is also required. Compliance with NIST SP 800-171 DoD Assessment requirements is mandatory. Offerors are not required to submit certified cost or pricing data at the time of proposal, but it may be requested if adequate price competition is not achieved.

Key Deliverables & Requirements

The contract includes extensive data and reporting requirements, outlined in various Data Item Descriptions (DIDs). These include:

  • Contract Data Requirements List (CDRLs): Covering Commercial Asset Visibility (CAV) reporting, Contract Depot Maintenance (CDM) Monthly Production Reports, Government Property Inventory Reports, Technical Data Packages (TDP), Shipping/Packaging Discrepancy Reports, Test/Inspection Reports, Production Surge Plans, and Teardown Deficiency Reports.
  • Packaging: Adherence to Special Packaging Instructions (SPI), MIL-STD-129 for marking, MIL-STD-2073-1 for military packaging, and compliance with United Nations restrictions on Wood Packaging Material (WPM).
  • Transportation: F.O.B. Origin is recommended, with specific clauses (FAR 52.247-29, 52.247-53) and a requirement to coordinate with DCMA Transportation for shipping instructions to DLA DISTRIBUTION DEPOT OKLAHOMA at TINKER AFB.
  • Quality & Performance: Maintain a quality system, meet 100% defect-free delivery, and adhere to contract delivery schedules. A Supply Chain Risk Management (SCRM) plan, including Continuity of Operations (COOP), Foreign Influence, and Cybersecurity measures, is required. The government retains an option for a maximum 20% increase in demand (surge).

Contacts

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Mar 11, 2026
View
Version 1Viewing
Solicitation
Posted: Mar 3, 2026
Overhaul of KC-135 and E-3 Horizontal Stabilizer Trim Actuator, NSN 1680-01-497-3293RK, 1680-01-005-8163RK | GovScope