Skip to content
Department of Defense

Request for Interested Manufacturers for the KC-135 Aircraft Pilot and Co-pilot Seats

Solicitation: SPRWA1-1680006850300MH-1680006850301MH
Notice ID: 59a8cef8b8124fc5a1c0220df80e9465
TypeSources SoughtNAICS 336413PSC1680Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedApr 07, 2026, 12:00 AM UTCDueApr 24, 2026, 08:00 PM UTCCloses in 11 days

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Apr 24, 2026. Industry: NAICS 336413 • PSC 1680.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPRWA1-1680006850300MH-1680006850301MH. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,487,501,145
Sector total $52,585,115,716 • Share 2.8%
Live
Median
$87,119
P10–P90
$29,994$2,045,677
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.8%
share
Momentum (last 3 vs prior 3 buckets)
+349%($945,995,222)
Deal sizing
$87,119 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Robins A F B, GA • 31098-1813 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Komkit Seshompo
Email
komkit.seshompo.1@us.af.mil
Phone
Not available
Name
April Walls
Email
april.walls@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AVIATION WARNER ROBINS • DLA AVIATION AT WARNER ROBINS, GA
Contracting Office Address
Robins A F B, GA
31098-1813 USA

More in NAICS 336413

Description

Sources Sought Synopsis

(Request for Interested Manufacturers)

FROM: Komkit Seshompo/410/SCMS/GULB

TO: DLA Aviation Procurement Operations at Warner Robins (SPRWA1)

LOCATION: Robins AFB, GA 31098-1813

FBO Post Title: Request for Interested Manufacturers for the KC-135 Aircraft Pilot and Co-pilot Seats. The National Stock Number (NSN) and Part Number (PN) are as follows:

NSNs

Nouns

Part Numbers

1680006850300MH

Pilot Seat

77226-407

1680006850301MH

Co-pilot Seat

77226-408

SUBJECT:

Market research is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of the following items: Pseudo: PW4HBMAY15 for KC-135 Aircraft Pilot and Co-pilot Seats.

ITEM DESCRIPTION:

The primary purpose of this Sources Sought Synopsis is to gather detailed information from qualified aircraft seat manufacturers. It's an exploratory effort designed to:

  • Understand current market capabilities for specialized cockpit seating.
  • Identify technological advancements in this field.
  • Discover potential solutions that can enhance aircrew safety, ergonomics, and long-term operational effectiveness within the KC-135 Stratotanker fleet.

The information collected will serve to inform potential future acquisition strategies and help the procuring organization make well-informed decisions. The KC-135 Stratotanker fleet executes critical missions such as aerial refueling, airlift, or other specialized military operations. It emphasizes that the comfort, safety, and operational efficiency of the air crews are paramount because the KC-135 Stratotanker fleet is a vital asset.

The scope of interest is specifically on the Pilot and Co-pilot seats, which are tailored for the unique cockpit environment of the KC-135. Key considerations highlighted in the description include:

  • Enhanced ergonomics, especially for mitigating fatigue during long-duration flights.
  • Improved crashworthiness, meeting rigorous military safety standards.
  • Seamless integration with the existing cockpit architecture and controls.
  • Ease of maintainability within a military operational context.
  • Overall compatibility with military operational requirements, including the use of helmets, and night vision goggles (NVGs).

IMPEDIMENT TO COMPETITION:

The previous original equipment manufacturer (OEM) for these items was Mag Aerospace Industries Inc. DBA (CAGE: 92824), which maintains its configuration by part number and configuration control. The Government either does not own any data/drawings/schematics or has limited rights which indicate an inability to release data for competitive solicitation.  As a result, Mag Aerospace Industries Inc. DBA is the only known source with adequate knowledge of manufacturing the KC135 Aircraft Pilot and Co-pilot Seats and the performance requirements. They have possession of the required technical data and capabilities needed to produce these items and to ensure compatibility of the equipment.  

            

INTEREST:

The DLA/AWB Contracting Office intends to award a sole source contract for the manufacture of the Aircraft Pilot and Co-pilot Seats in support of the KC-135 Program. All interested parties may identify their interest and capability by response via email to komkit.seshompo.1@us.af.mil no later than 24 APR, 2026.          

The Government intends to procure these items using Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.

DISCLAIMER:

The Sources Sought Synopsis is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers, and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.