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 has issued a Solicitation 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. Proposals are due April 27, 2026.
Scope of Work
The contractor will provide all material, facilities, labor, parts, equipment, and expertise for the remanufacture of these actuators, restoring them to a like-new, serviceable condition. This includes functional testing, disassembly, cleaning, inspection, maintenance, re-assembly, and finishing. Specific tasks include Overhaul, Check and Test, and No Fault Found procedures for both KC-135 and E-3 actuators. All work must comply with applicable Technical Orders (TOs) and specified attachments, including Item Unique Identification (IUID) marking requirements.
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
- Product Service Code: 1680 (Miscellaneous Aircraft Accessories And Components)
- Place of Performance: Contractor's site, with shipments to DLA DISTRIBUTION DEPOT OKLAHOMA at TINKER AFB.
Key Requirements & Deliverables
Bidders must be qualified and may need to submit a Source Approval Request (SAR) package if not previously qualified. A Pre-Award Survey and/or Initial Production Evaluation (IPE) is required. Offerors must comply with NIST SP 800-171 DoD Assessment requirements. Key deliverables, as outlined in the Contract Data Requirements List (CDRLs), include:
- Government Furnished Property (GFP) inventory reports (DI-MGMT-80441D)
- Technical Data Package (TDP) (DI-SESS-80776B)
- Commercial Asset Visibility (CAV) reporting (DI-MGMT-81838)
- Production Surge Plan (DI-MGMT-80969)
- Test/Inspection Reports (DI-NDTI-80809B)
- Contract Depot Maintenance (CDM) Monthly Production Reports (DI-PSSS-81995A)
- Teardown Deficiency Reports (DI-PSSS-81534B ASDP)
- Reports of Shipping (Item) and Packaging Discrepancy (DI-MGMT-80503)
Specific packaging requirements, including Wood Packaging Material (WPM) compliance and MIL-STD references, are detailed. The government has an option to request a maximum 20% increase in demand above Best Estimated Quantities (BEQ).
Submission & Evaluation
- Proposal Due: April 27, 2026, at 2:00 PM (CST).
- Evaluation: Proposals will be evaluated based on price only (lowest total evaluated price - TEP).
- Contact: Amy Gil, amy.gil@us.af.mil, 405-734-8959.
Important Notes
Offerors are not required to submit certified cost or pricing data at the time of proposal, but this may be requested if adequate price competition does not exist. Availability of funds is contingent upon appropriated funds. Contractors are cautioned that any effort performed before contract execution is at their own risk.