Overhaul of KC-135/E-3 Horizontal Stabilizer Trim Actuator

SOL #: FD2030250240201Pre-Solicitation

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

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

Set Aside

No set aside specified

Timeline

1
Posted
Jan 28, 2026
2
Response Deadline
Feb 12, 2026, 6:00 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, Air Force Sustainment Center (AFSC) at Tinker Air Force Base, Oklahoma, has issued a Presolicitation for the overhaul of KC-135/E-3 Horizontal Stabilizer Trim Actuator Assemblies. This notice anticipates a 5-year Indefinite Delivery, Indefinite Quantity (IDIQ) firm-fixed-price contract. Responses to this presolicitation are due by February 12, 2026, with the formal solicitation expected on or about March 12, 2026.

Scope of Work

The primary work involves the functional testing, disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of KC-135/E-3 Stabilizer Trim Actuator Assemblies to return them to a serviceable condition. Specific deliverables include:

  • CLIN 0001: Overhaul of KC-135 Horizontal Stabilizer Trim Actuator (NSN 1680-01-497-3293RK, PN 588439-5), with minimum 20 and maximum 300 units, delivered 8 EA per 45 days ARO.
  • CLIN 0002: Check and Test for KC-135 (NSN 1680-01-497-3293RK), minimum 200 units, delivered 8 EA per 45 days ARO.
  • CLIN 0003: Overhaul of E-3 Horizontal Stabilizer Trim Actuator (NSN 1680-01-005-8163RK, PN 65-6456-21), with minimum 2 and maximum 9 units, delivered 1 EA per 90 days ARO. The contract also includes provisions for "No Fault Found" units (CLIN 0002AA), Over and Above work (CLIN 0004), and Data Not Separately Priced (CLIN 0005).

Contract Details

  • Opportunity Type: Presolicitation
  • Contract Type: 5-year Indefinite Delivery, Indefinite Quantity (IDIQ) firm-fixed-price.
  • Set-Aside: None identified.
  • Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).
  • Place of Performance: Associated with Tinker Air Force Base, Oklahoma, with items to be shipped to DLA Distribution Depot Oklahoma, Tinker AFB, OK.

Special Requirements & Deliverables

Contractors will be required to adhere to various technical orders and procedures, including those for obsolescence, diminishing manufacturing sources (DMSMS), and parts control. Key requirements include:

  • Pre-Award Survey (PAS): Required for prospective contractors to demonstrate capability, including facility capabilities, ST/STE lists, and test plans.
  • Initial Production Evaluation (IPE): Government review of early production items (three units of each line item).
  • Reporting: Extensive data requirements outlined in the Contract Data Requirements List (CDRL), including Commercial Asset Visibility (CAV), Contract Depot Maintenance (CDM) Monthly Production Reports, Government Property Inventory Reports, Technical Data Packages (TDP), Production Surge Plans, and Teardown Deficiency Reports. Frequencies vary from daily to annually.
  • Supply Chain Risk Management (SCRM): Development and implementation of a SCRM plan, including Continuity of Operations (COOP), Foreign Influence, and Cybersecurity measures (referencing NIST SP 800-161 and 800-53).
  • Surge Capability: The Government has an option to request a maximum 20% increase in demand.
  • Government Property: Requirements for managing and disposing of Government-furnished property.
  • Item Unique Identification (IUID): Requirements for marking and tracking assets.
  • Special Tools and Test Equipment (ST/STE): Requirements for furnishing, documenting, and calibrating.

Performance Standards

Contractor performance will be measured against Service Summary (SS) objectives, focusing on Quality Product (defect-free end-items), Delivery Performance (meeting schedule), and Reporting Requirements (completeness and timeliness).

Eligibility & Submission

  • Qualification Requirements: Apply. Contact the Source Development Office at (405) 739-7243 for information and source approval requests. Award is not contingent on future qualifications.
  • Offeror Information: Interested parties should specify business size (large, small, small disadvantaged, 8(a), WOSB, HUBZone, VOSB, SDVOSB) and ownership (U.S. or foreign).
  • Commercial Items: The Government will NOT use FAR Part 12 (Acquisition of Commercial Items). Interested parties may identify capability with commercial items within 15 days of the synopsis publication.
  • Questions: Submit in writing via E-mail or Fax. Responses will be posted publicly.
  • Response Due (Presolicitation): February 12, 2026, 6:00 PM EST.
  • Solicitation Issue Date: On or about March 12, 2026.
  • Contacts: Merry Curry (merry.curry.1@us.af.mil, 405-734-8958) and Jacqueline West (jacqueline.west@us.af.mil, 405-736-2431). An Ombudsman is available at 405-736-3273 for concerns during proposal development.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Jan 28, 2026
Overhaul of KC-135/E-3 Horizontal Stabilizer Trim Actuator | GovScope