Repair of the KC-135-Surge-Surpressor
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 conducting a Sources Sought for market research to identify potential sources for the repair of KC-135 Surge Suppressors (NSN: 1680-99-663-6363FL, P/N: 755000-101). This effort aims to return unserviceable units to a serviceable condition. Responses are requested by September 26, 2025.
Scope of Work
The requirement involves the overhaul and repair of Surge Suppressors, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing. Contractors must possess necessary repair capabilities, technical data, and license agreements. The estimated repair requirement is 15 units.
Key Requirements
- Furnish all required labor, material, facilities, and equipment for repair, test, preservation, packaging, and return of serviceable units.
- Responsibilities include supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, and addressing obsolescence issues.
- Replacement of component parts not meeting inspection requirements at the contractor's expense.
- Permanent and legible marking with Contractor's CAGE and date of repair, and Item Unique Identification (IUID) marking as specified.
- Support quality acceptance inspections by DCMA at the repair site.
- Establish and maintain a quality system and a Parts Control Program.
- Reporting of diminishing manufacturing sources/material shortages and obsolescence.
- A Supply Chain Risk Management (SCRM) Plan, addressing Continuity of Operations (COOP), Foreign Influence (FOCI), and Cybersecurity, is required.
- No Government Furnished Material (GFM) will be provided; the contractor must furnish all material, support equipment, tools, and test equipment.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 336413 (Aircraft Components and Accessories Manufacturing) with a 1,250-employee size standard.
- Set-Aside: None specified (market research stage to assess competitiveness or Small Business Set-Aside potential).
- Responses Due: September 26, 2025
- Published: March 20, 2026
- Place of Performance: Tinker AFB, OK 73145 USA
Eligibility & Submission
The government is interested in all potential sources, including Large Businesses, Small Businesses, SDBs, 8(a)s, SDVOSBs, HUBZone, and WOSBs. Interested sources must select "ADD ME TO INTERESTED VENDORS" and submit specific business information (Company Name, Address, POC, CAGE Code, NAICS Code, business size and type, UEI, ownership statement) to the contact email. Potential sources must complete a Source Approval Request (SAR) package as specified in the Qualification Requirements (QR) for this item, if applicable, and submit it electronically via DoD SAFE.
Additional Notes
This is not a solicitation, and no contract will be awarded based on this market research. The government does not have associated technical data to provide; potential sources may need to independently acquire necessary technical data. Contractor performance will be measured against requirements including response times for information requests and defect-free delivery.