Skip to content
Department of Defense

KC-46 Commercial Common Repairable Support-Amendment 3

Solicitation: FA8109-26-R-0001
Notice ID: 6851009805e547d2bb53d7d06eca7c5e
TypeSolicitationNAICS 336413PSCJ016Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForcePostedFeb 13, 2026, 12:00 AM UTCDueFeb 20, 2026, 09:00 PM UTCExpired

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Feb 20, 2026. Industry: NAICS 336413 • PSC J016.

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: FA8109-26-R-0001. 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
$1,320,197,270
Sector total $52,180,821,306 • Share 2.5%
Live
Median
$77,741
P10–P90
$31,602$1,137,943
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.5%
share
Momentum (last 3 vs prior 3 buckets)
+288%($778,691,348)
Deal sizing
$77,741 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
Tinker Afb, OK • 73145-3303 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
Stephen Schexnayder
Email
stephen.schexnayder.2@us.af.mil
Phone
Not available
Name
Joshua Taft
Email
joshua.taft@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE SUSTAINMENT CENTER • FA8109 AFSC PZAAC
Contracting Office Address
Tinker Afb, OK
73145-3303 USA

More in NAICS 336413

Description

This is a competitive, full & open solicitation for the below contracting effort. 

******13 Feb 2026***********

Uploading Q&A with another question that came in today. Version is titled KC-46_RFP_Questions_Answers-Responses-13 Feb 2026 v2 and the newest question is at the bottom of sheet two titled Round 2 as #33. 

******13 Feb 2026************

!!!8:30 AM CST UPDATE!!!

During a review of the posting we were made aware of a question that was inadvertantly deleted from the Q&A responses posted earlier this morning. The question has been added to sheet two titled Round 2 as question #32.

The most up-to-date version of the Q&A responses is titled KC-46_RFP_Questions_Answers-Responses-13 Feb 2026.

******13 February 2026**********

We received two additional questions. The excel spreadsheet titled KC-46_RFP_Questions_Answers-Responses-12 Feb 2026 has been loaded. The new questions and responses are at the bottom of sheet two titled Round 2.

*****11 February 2026 - Amendment 3*****

The RFP response date and time remain 20 February 2026 at 3:00 PM CST. We have determined not to have another conference before the proposals are due. We do not have the draft FOPR ready to share at this time but will have it ready for the post-award conference.  

Amendment 3 updates the following paragraph in Section L or FAR 52.212-1 with regards to the PWS reference for the SCRM plan. The update changes the paragraph reference in the PWS from 18.0 to 17.0. 
As part of the terms and conditions of the solicitation requirements, Offerors are required to submit a Supply Chain Risk Management (SCRM) Plan in accordance with PWS Section 17.0 to include subparagraphs 17.1-17.3.

*****3 February 2026-Adding updated PWS that was inadvertantly left off the Amendment 2 posting. The second round of RFP questions and answers will be posted soon.*******

Subject: AMENDMENT 2 - KC-46 Commercial Aircraft Strategic Parts Repair and Exchange (CASPER) MAC IDIQ RFP 

Related announcement: FA8109-25-R-0001 KC-46 Commercial Common Repairable Support

***************NEW INFORMATION as of 22 January 2026**************************

Subject: AMENDMENT 1 - KC-46 Commercial Aircraft Strategic Parts Repair and Exchange (CASPER) MAC IDIQ RFP 

Related announcement: FA8109-25-R-0001 KC-46 Commercial Common Repairable Support

***************NEW INFORMATION as of 22 January 2026**************************

Please see the attached RFP Amendment 2. 

The proposal response date has been pushed back to 20 February 2026 @ 3:00 PM (CST).

The Beyond Economical Repair (BER) CLIN title has changed to Beyond Economical Repair (BER)/Beyond Physical Repair (BPR).

The Attachment 2 KC-46 CASPER NSN List 21 Jan 26 is an updated NSN list.  

The Ordering Procedures have been updated as of 21 Jan 26. Paragraph 2.6.4.3 has been updated.

The RFP Q&A conference will be held next week, weather allowing, and we will send out a Teams invite with the date and time.

**The government has decided to continue to accept questions from proposers. However, the response due date will not be extended unless the answer to a NEW question causes a new RFP Amendment to be published. 

Please send all questions and responses to both POCs listed on this notice in the event one or the other are out of the office. 

***************NEW INFORMATION as of 15 January 2026**************************

Please see the attached RFP Amendment 1. 

The proposal response date has been pushed back to 13 February 2026 @ 3:00 PM (CST).

The PWS has been updated to remove DMSMS reporting.

The CDRLs-DIDs have been updated to remove DMSMS reporting.

The Question responses are also attached for your review. 

We will have another RFP conference later next week to go over the questions and responses, more info to follow for date and time.

-----------------------------------------------------------------------------------------------------------------

This effort will result in a KC-46A Strategic Repairable Support services contract with commercial industry. The contract will be utilized to provide world-wide supply support for KC-46A Depot Level Repair (DLR) National Stock Numbers (NSN). The requirement owner requires no greater than 30-day exchange of an unserviceable asset for a serviceable asset with a Federal Aviation Administration (FAA) certified serviceable tag 8130-3 or Certificate of Conformance (CoC). Certified serviceable tags are required to ensure and uphold the KC46A FAA certification. The serviceable parts can be new, overhauled, or repaired which come with a standard industry warranty.

The period of performance will have a single base period of five years with no option periods.

Files

Files size/type shown when available.

BidPulsar Analysis

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

Updated: Feb 14, 2026
Client-ready brief
Executive summary
medium confidencegpt 4o mini

The Department of the Air Force is seeking bidders for the KC-46 Commercial Common Repairable Support contract. This is a full and open solicitation (FA8109-26-R-0001) that includes a requirement for a Supply Chain Risk Management (SCRM) Plan as part of the proposals. Bidders must ensure they can provide serviceable KC-46A parts within a 30-day timeframe as stipulated, and the responses are due by 20 February 2026 at 3:00 PM CST.

KC-46ARepairable SupportSupply Chain Risk ManagementFAA CertificationDepot Level Repair
What the buyer is trying to do

The buyer aims to establish a KC-46A Strategic Repairable Support services contract for world-wide supply support of Depot Level Repair (DLR) National Stock Numbers (NSNs), ensuring compliance with FAA certification for serviceable parts.

Who should pursue this
  • Companies with experience in supplying aircraft parts
  • Firms with FAA certification capabilities
  • Vendors with established supply chains for aerospace components
Work breakdown
  • Review updated RFP and amendments
  • Prepare a supply chain risk management plan
  • Develop a proposal to meet the 30-day serviceable asset exchange requirement
  • Submit proposal by the deadline of 20 February 2026
Response package checklist
  • Completed proposal form
  • Supply Chain Risk Management Plan
  • Technical capabilities statement
  • Executed compliance with Section L of the RFP
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
Compliance notes
  • Ensure submission adheres to PWS Section 17.0 regarding SCRM plans
  • Correct referencing in the proposal as outlined in Amendment 3
  • Maintain compliance with FAA certification requirements for serviceable parts
Pricing strategy
  • Competitive pricing based on the standard industry warranty for serviceable parts
  • Consider potential penalties for late exchanges or non-compliance
Teaming and subs
  • Consider partnerships with FAA-certified repair facilities
  • Explore teaming with companies specializing in supply chain logistics
Risks and watchouts
  • Risk of proposal rejection for inadequate SCRM documentation
  • Potential delays in serviceable asset exchanges impacting contract performance
  • Incorrect interpretation of the updated PWS
Smart questions to ask
  • What specific measures are required in the SCRM plan?
  • Can the government provide more details about the types of repairable parts needed?
  • Are there flexibility options for the 30-day exchange requirement?
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific details on the required SCRM plan contents
  • Confirmed number of NSNs to be supported
  • More about potential supplier conferences or Q&A sessions

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.