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, AFSC PZABB, has issued a Solicitation (FA8118-26-R-0007) for the overhaul of KC-135 and E-3 Horizontal Stabilizer Trim Actuator Assemblies. This is an UNRESTRICTED acquisition seeking qualified contractors to remanufacture these critical aircraft components to a like-new, serviceable condition. Proposals are due by April 27, 2026, at 7:00 PM UTC.
Scope of Work
The contractor will be responsible for the functional testing, disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of KC-135 (NSN: 1680-01-497-3293RK) and E-3 (NSN: 1680-01-005-8163RK) Horizontal Stabilizer Trim Actuators. This includes furnishing all necessary material, plant facilities, labor, parts, equipment, and expertise, along with required packing, preservation, and packaging. Work must adhere to applicable Technical Orders and specified requirements, including Item Unique Identification (IUID) marking. The government will provide specific quantities of these actuators as Government Furnished Property (GFP).
Contract Details
- Type: Five-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract.
- Set-Aside: UNRESTRICTED.
- Response Date: April 27, 2026, at 7:00 PM UTC.
- Published Date: March 23, 2026.
Submission & Evaluation
Proposals will be evaluated based on price only (Lowest Total Evaluated Price - TEP). Offerors must be qualified, and those not previously qualified are required to submit a Source Approval Request (SAR) package. A Pre-Award Survey and/or Initial Production Evaluation (IPE) is also required. Compliance with NIST SP 800-171 DoD Assessment requirements is mandatory. The solicitation includes an "Option to Extend Services" clause (FAR 52.217-8).
Key Deliverables & Requirements
The contract involves extensive data deliverables, including various Contract Data Requirements Lists (CDRLs) such as Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Report, Government Property Inventory Report, Technical Data Package (TDP), Production Surge Plan (with a government option for a 20% surge increase), Teardown Deficiency Report, Test/Inspection Reports, and Report of Shipping (Item) and Packaging Discrepancy. Bidders must also adhere to specific packaging instructions (including Wood Packaging Material compliance) and transportation data requirements, coordinating with DCMA Transportation for shipping instructions. A Supply Chain Risk Management (SCRM) plan, including Continuity of Operations (COOP), Foreign Influence, and Cybersecurity measures, is also required.
Contacts
- Primary: Merry Curry (merry.curry.1@us.af.mil, 405-734-8958)
- Secondary: Jacqueline West (jacqueline.west@us.af.mil, 405-736-2431)