Opportunity

SAM #FA8526-21-D-0001_G3_Phase_II_Ordering_Period_6_7_Landing_Gear

Award for C-17 Globemaster III Sustainment – Landing Gear Material (Ordering Periods 6 & 7)

Buyer

AFLCMC Mobility Aircraft Directorate

Posted

April 21, 2026

Identifier

FA8526-21-D-0001_G3_Phase_II_Ordering_Period_6_7_Landing_Gear

NAICS

336412, 336413

This award notice details a major sustainment contract modification for the C-17 Globemaster III fleet: - Government Buyer: - Department of Defense, Department of the Air Force - Air Force Materiel Command, Air Force Life Cycle Management Center, Mobility Aircraft (FA8526 AFLCMC WLMKA) - OEM and Vendor: - The Boeing Company (CAGE: 88277) is the sole OEM and awardee - Products/Services Requested: - Sustainment and logistical support for C-17 Globemaster III aircraft - Focused on Landing Gear Material for Ordering Periods 6 & 7 - Includes program/project management, field services, engineering, lab and engine sustainment, technical orders, supply chain management, material improvement, obsolescence services, software development/testing, and depot maintenance/modifications - Unique/Notable Requirements: - Sole source award to Boeing as the only OEM for C-17 sustainment - Indefinite Delivery, Indefinite Quantity (IDIQ) contract structure - Multiple contract line item types (FPIF, FFP, CPFF, CPIF, T&M) - Maximum contract value: $23,764,751,000; this modification: $166,813,868 - Work performed at multiple CONUS and OCONUS locations, with Robins AFB as a key contracting office - Modification is specific to Landing Gear Spares support during the designated ordering periods

Description

This statement provides notice that the government has awarded the Phase II modification of an unpriced option for sustainment services in support of the C-17 Globemaster Ill worldwide fleet.

On 28 Sept 21, a 9-year, 7-month Indefinite Delivery, Indefinite Quantity (IDIQ) contract was awarded to acquire sustainment services for the worldwide sustainment and logistical support of the C-17 Globemaster Ill fleet under contract FA8526-21-D-0001. This contract includes FAR 52.217-8 and FAR 52.217-9 options. It includes Fixed-Price-Incentive (Firm Target) (FPIF), Firm-Fixed Price (FFP), CostPlus-Fixed-Fee (CPFF), Cost-Plus- Incentive-Fee (CPIF), and Time and Material (T&M) line items. The location of the work is CONUS and OCONUS and in multiple locations. The maximum value is $23,764,751,000. Support services provided for under this contract include Program and Project Management, Field Services, System and Sustaining Engineering, Lab Sustainment, Engine Sustainment, Aircraft Integrity Program Support, Technical Orders, Supply Chain Management, Material Improvement Projects, Obsolescence Services, Software Design, Development, and Testing, and Depot Maintenance and Modifications.

The contract was awarded with three phases of ordering periods: [1] "Phase I" (Basic Ordering Period 1, Ordering Period 2, and Ordering Period 3), [2] "Option - Phase II" (Ordering Period 4, Ordering Period 5, Ordering Period 6 and Ordering Period 7), and [3] "Option - Phase Ill". Phase I was included in the initial award. Option Phase II was awarded and effective 01 October 2024. Option Phase Ill was included at award but has not yet been exercised. This modification is hereto applicable and effective to Ordering Periods 6 & 7 Material only and is specific to the Landing Gear Spares support required during this period of performance. This modification is not retroactive.

As provided in the redacted synopsized Justification and Approval (J&A) on or about 13 Oct 2021 on SAM.gov, this contract was awarded using Other Than Full and Open Competition prescribed by FAR 6.302-1 "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". The contract is a sole source award to The Boeing Company (CAGE: 88277). 

View original listing