DRAFT RFP - KC-46 Landing Gear PBL
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 Defense Logistics Agency (DLA) Aviation at Ogden, UT has issued Solicitation SPRHA1-26-R-4646 for the KC-46 Landing Gear Performance Based Logistics (PBL) program. This Total Small Business Set-Aside seeks comprehensive remanufacture and overhaul support for all KC-46 Landing Gear Depot Level Repairables (DLRs), including shipsets and field-level subcomponents. Proposals are due July 28, 2026, at 4:00 PM.
Scope of Work
The contractor will provide 100% overhaul and remanufacture support for KC-46 Main Landing Gear (MLG) and Nose Landing Gear (NLG) shipsets for 10-year Time Change Intervals (TCI), alongside 100% field-level support for sub-components. This effort aims to ensure material availability through a closed-loop approach, integrating maintenance, supply management, material support, and engineering functions. Work excludes separate wheel, tire, and brake assemblies. Compliance with FAA regulations, Component Maintenance Manuals (CMMs), and SAE AS 9110 is required. A Supply Chain Risk Management (SCRM) plan, including Continuity of Operations (COOP), Foreign Influence, and Cybersecurity, is also mandatory.
Contract Details
This is a Single-Award, Requirements Type Contract (RTC) with a 5-year basic period and one 5-year option, for a total potential duration of 10 years. The contract is Firm Fixed Price (FFP) with an Economic Price Adjustment (EPA) clause (H0001) for annual labor and material cost fluctuations. Performance metrics include an Exchange Lead Time (ELT) of 82 days (75 days remanufacture + 7 days transport) for shipsets, and Remanufacture Turn Around Time (RTAT) for sub-components, with associated incentives and disincentives. Item Unique Identification (IUID) is required.
Submission & Evaluation
Proposals must be submitted electronically via DoD SAFE by July 28, 2026, 4:00 PM. Offerors must utilize Attachment 6 (KC-46 LG TEP) for pricing. The evaluation will be a trade-off source selection, considering Technical (Remanufacture Capability and Capacity, ELT, RTAT), Price, and Past Performance. Technical is the most important factor, followed by Price, then Past Performance, to determine the best overall value. The NAICS code is 336413 with a 1,250-employee size standard.
Key Clarifications & Notes
Component Maintenance Manuals (CMMs) for the KC-46/2C landing gear will not be provided prior to award; offerors must base proposals on their understanding of the 767-300F series landing gear and identify any gaps for the 2C gear. Past performance examples can include B767, B737, or other similar aircraft landing gear, provided a narrative justifies relevance. Amendment 0002 clarifies Section L requirements, including allowing tables, charts, graphs, and figures up to 11x17 inches in proposals (not for text). Teaming agreements are generally not required for subcontractors performing discrete tasks.