Overhaul of KC-135 and E-3 Horizontal Stabilizer Trim Actuator, NSN 1680-01-497-3293RK, 1680-01-005-8163RK
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 is soliciting proposals for the overhaul of KC-135 and E-3 Horizontal Stabilizer Trim Actuators (NSNs 1680-01-497-3293RK and 1680-01-005-8163RK). This is an Unrestricted, five-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective is to remanufacture these components to a like-new serviceable condition. Proposals are due May 4, 2026.
Scope of Work
The contractor will be responsible for the functional testing, disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of KC-135/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. All necessary material, plant facilities, labor, parts, equipment, and expertise must be furnished by the contractor. Consumable parts are to be replaced at 100% during overhaul. Work must comply with applicable Technical Orders (TOs) and specified documents.
Contract Details
- Type: Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ)
- Duration: Five-year ordering period from the contractual effective date, or until maximum quantity is reached.
- Set-Aside: Unrestricted
- Key Requirements: A parts control program, quality system, and Item Unique Identification (IUID) marking are required. The "Option to Extend Services" clause (FAR 52.217-8) has been added. The government retains an option to request a maximum 20% increase in demand above Best Estimated Quantities (BEQ) for production surge.
- Government Furnished Property (GFP): The government will provide 9 E-3 Stabilizer Trim Actuators (NSN: 168001005816) at a unit acquisition cost of $357,584.03, and 300 KC-135 Stabilizer Trim Actuators (NSN: 168001497329) at a unit acquisition cost of $190,018.64. Both are designated as "Use As-Is" and "Upgradable."
Submission & Evaluation
- Proposal Due Date: May 4, 2026, 7:00 PM EDT.
- Evaluation: Proposals will be evaluated based on price only (lowest total evaluated price - TEP).
- Eligibility: Offerors must be qualified. If not previously qualified, a Source Approval Request (SAR) package is required. A Pre-Award Survey and/or Initial Production Evaluation (IPE) is also required.
- Compliance: Offerors must comply with NIST SP 800-171 DoD Assessment requirements.
Key Data Requirements
The contract includes a comprehensive Contract Data Requirements List (CDRLs) specifying various data deliverables. These include Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Report, Government Property Inventory Report, Technical Data Package (TDP), Report of Shipping (Item) and Packaging Discrepancy, Test/Inspection Report, Production Surge Plan, and Teardown Deficiency Report. Specific Special Packaging Instructions (SPI) are provided for NSN 1680-00-872-5488, Actuator, Mechanical, detailing preservation, packing levels, and marking.
Additional Notes
Transportation data recommends F.O.B. Origin and emphasizes contacting DCMA Transportation for shipping instructions. The designated Ship To address is DLA DISTRIBUTION DEPOT OKLAHOMA at TINKER AFB. Contractors are cautioned that any effort performed before contract execution is at their own risk.