Overhaul of KC-135 Horizontal Stabilizer Trim Actuator

SOL #: FD20302502402Pre-Solicitation

Overview

Buyer

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

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories (J016)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 13, 2026
2
Last Updated
Jan 21, 2026
3
Response Deadline
Jan 27, 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, through AFSC PZABB, is issuing a Presolicitation for the Overhaul of KC-135/E-3 Horizontal Stabilizer Trim Actuators. This notice anticipates a 5-year Indefinite Delivery, Indefinite Quantity (IDIQ) firm-fixed-price contract. The formal solicitation is expected on or about March 12, 2026. Responses to this presolicitation notice are due by January 27, 2026.

Scope of Work

The requirement involves the overhaul of KC-135 and E-3 Horizontal Stabilizer Trim Actuator Assemblies. This includes functional testing, disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions to return the end item to a serviceable condition. Key deliverables include:

  • CLIN 0001: Overhaul of KC-135 Horizontal Stabilizer Trim Actuator (NSN 1680-01-497-3293RK, PN 588439-5) with a minimum of 20 and maximum of 300 units.
  • CLIN 0002: Check and Test for KC-135 Actuator (minimum 200 units).
  • CLIN 0003: Overhaul of E-3 Horizontal Stabilizer Trim Actuator (NSN 1680-01-005-8163RK, PN 65-6456-21) with a minimum of 2 and maximum of 9 units.
  • Associated "No Fault Found" services, "Over and Above" work, and Data Not Separately Priced (NSP). Delivery for KC-135 items is 8 units per order within 45 days ARO, and for E-3 items, 1 unit per order within 90 days ARO. All items are to be shipped to DLA Distribution Depot Oklahoma, Tinker AFB, OK.

Contract Details & Requirements

  • Contract Type: 5-year Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed-Price.
  • Set-Aside: None indicated.
  • Qualification: Source approval by the design control activity is required. Interested parties should contact the Source Development Office at (405) 739-7243 for information. Award will not be delayed pending qualification of additional sources.
  • Commercial Items: The Government will not use FAR Part 12 (Acquisition of Commercial Items). Interested parties may identify capability to satisfy requirements with a commercial item within 15 days of the solicitation's release.
  • Data Deliverables: The Contract Data Requirements List (CDRL) specifies numerous data items, including a Production Surge Plan, Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report, Commercial Asset Visibility (CAV) Reporting, Government Property (GP) Inventory Report, Contract Depot Maintenance (CDM) Monthly Production Report, Report of Shipping Packaging Discrepancy, Test/Inspection Report, and a Technical Data Package (TDP) adhering to MIL-STD-31000B.
  • Special Requirements: A Pre-Award Survey (PAS) and Initial Production Evaluation (IPE) may be required. Contractors must maintain a quality system, develop a surge plan, and implement a Supply Chain Risk Management (SCRM) plan covering Continuity of Operations (COOP), Foreign Influence, and Cybersecurity.

Submission & Evaluation

  • Solicitation Issue Date: On or about March 12, 2026.
  • Presolicitation Response Date: January 27, 2026.
  • Questions: Must be submitted in writing via E-mail or Fax. Questions and answers will be posted.
  • Offeror Information: Bidders must specify business size and ownership.
  • Evaluation: Award will be based on meeting requirements, with source approval being a critical factor.

Additional Notes

This notice is a presolicitation and not a formal Request for Proposal (RFP). An Ombudsman is available at (405) 736-3273 for concerns during the proposal development phase. Electronic procedures will be used for the solicitation.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Pre-Solicitation
Posted: Jan 21, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 13, 2026
Overhaul of KC-135 Horizontal Stabilizer Trim Actuator | GovScope