KC-135 Center Console Refresh (CCR) Revision 2
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 U.S. Air Force is conducting market research for the KC-135 Center Console Refresh (CCR) Revision 2 program, aiming to modernize the KC-135 aircraft consoles. While currently a Sources Sought notice, significant progress has been made towards a formal solicitation. A Draft RFP is expected by the end of February 2026, followed by an Industry Day in March 2026, and the Full RFP is anticipated in May 2026. The latest updates include the release of draft Section L (Instructions to Offerors) and Section M (Evaluation Factors for Award) documents on February 27, 2026.
Scope of Work
This program involves the refresh of the KC-135 Center Console. The government has released numerous Technical Orders (TOs), a Draft Statement of Work (SOW), and a Draft System Requirements Document (SRD) for industry review and feedback. The effort is focused on enhancing miscellaneous aircraft accessories and components.
Contract & Timeline
- Type: Sources Sought (pre-solicitation for a competitive contract)
- Set-Aside: None specified
- Product Service Code: 1680 (Miscellaneous Aircraft Accessories And Components)
- Place of Performance: S Coffeyville, OK
- Key Milestones:
- Draft RFP Release: End of February 2026
- Industry Day: March 2026
- Full RFP Release: May 2026
- Latest Update: February 27, 2026 (posting of Section L and M)
Evaluation Factors (from Draft Section M)
Proposals will be evaluated using a Tradeoff Source Selection process for a best-value award. Key factors include:
- Technical: Assessed across subfactors like Technical Solution, Exceeding Requirements, Data Rights, and Schedule. Subfactors 1, 3, and 4 are pass/fail, while Subfactor 2 allows for tradeoffs.
- Technical Risk: Evaluates potential for schedule disruption or performance degradation.
- Past Performance: Assesses recency, relevancy, and quality of prior work.
- Price: (Section to be added). Offerors must possess a final facility clearance prior to the Source Selection Authority Decision Brief.
Submission Instructions (from Draft Section L)
Future proposals will require electronic submission via the PIEE Solicitation Module, adhering to specific file naming, format (searchable PDF, Word, Excel), and page limitations. Required attachments include Past Performance Information Forms (PPIF), Consent Letters, Client Authorization Letters, Commitment to Perform Letters, Proposed Team List, Small Business Participation Commitment Document (SBPCD), and a Pricing Matrix. Detailed instructions are provided for completing the Past Performance Questionnaire (PPQ) and using the PPI Tool.
Contact Information
Primary Contact: Brandi Shelden (brandi.shelden@us.af.mil) Secondary Contact: Alejandra Marchesano (alejandra.marchesano@us.af.mil)