- 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
SPRHA1-26-R-4646 | KC-46 Landing Gear PBL
Federal opportunity from DIBBS • DEPT OF DEFENSE.DEFENSE LOGISTICS AGENCY.DLA AVIATION.DLA AVIATION OGDEN.DLA AVIATION AT OGDEN, UT. Place of performance: United States. Response deadline: Jul 28, 2026. Industry: NAICS 336413.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 336413
Description
DIBBS RFQ listing for solicitation SPRHA1-26-R-4646. Item or requirement: KC-46 Landing Gear PBL. Synopsis: DIBBS RFQ listing for solicitation SPRHA1-26-R-4646. Item or requirement: KC-46 Landing Gear PBL. Synopsis: DIBBS RFQ listing for solicitation SPRHA1-26-R-4646. Synopsis: Solicitation SPRHA1-26-R-4646 is for the KC-46 Landing Gear Performance Based Logistics (PBL) program. The purpose of this contract will be to obtain remanufacture and overhaul support for all KC-46 Landing Gear Depot Level Repairables (DLRs) to include shipsets and field level replaceable subcomponents to meet the required programmed Time Change Intervals (TCI) and field level demands. The items associated with this effort are considered commercial products. This PBL will be a requirements-type contract with a 5-year basic period and a 5-year option period. The total contract duration shall not exceed 10 years. There is reasonable expectation that offers will be obtained from at least two responsible small business concerns, therefore this will be a single-award small business set-aside. The RFP is anticipated to be active from February 11, 2026 through July 28, 2026. The required scope and items covered are outlined in the RFP and attachments. 02/10/2026 UPDATE : RFP Q&A Added to Attachments 02/20/2026 UPDATE : Amendment 0001 has been issued to clarify requirements in sections L & M. See SPRHA1-26-R-46 Review the DIBBS record and linked PDF for NSN details, packaging, clauses, and submission instructions.
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.