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 a Sources Sought for the KC-135 Center Console Refresh (CCR) Revision 2 program, aiming to modernize the KC-135 aircraft console. This pre-solicitation activity involves releasing draft solicitation documents in preparation for a Full RFP release expected in May 2026.
Purpose & Scope
This opportunity focuses on the KC-135 Center Console Refresh (CCR) Revision 2. The government has released draft versions of the Statement of Work (SOW) and System Requirements Document (SRD) to provide industry with early insight into the technical requirements. The program seeks to upgrade and refresh the center console of the KC-135 aircraft.
Key Developments & Timeline
Recent updates include the release of DRAFT Statement of Work (SOW) and System Requirements Document (SRD) on March 3, 2026. On February 27, 2026, DRAFT Section L (Instructions to Offerors) and Section M (Evaluation Factors for Award) were uploaded. An Industry Day was held on April 2, 2025, with Q&A and presentation charts now available. Multiple Requests for Information (RFIs) have been issued, seeking input on contract types, incentives, and standard compliance. The current schedule anticipates a Full RFP release in May 2026.
Proposal Guidance & Evaluation
Section L (Instructions to Offerors) provides detailed guidance for proposal preparation, including structure (Technical, Past Performance, Price, Contract Documentation), electronic submission via the PIEE Solicitation Module, page limitations, and required attachments such as Past Performance Information Forms (PPIF) and Small Business Participation Commitment Documents (SBPCD).
Section M (Evaluation Factors for Award) indicates a single contract will be awarded using Tradeoff Source Selection for a best-value decision. Evaluation factors include:
- Technical: Assessed via subfactors (Technical Solution, Exceeding Requirements, Data Rights, Schedule). Subfactors 1, 3, and 4 are pass/fail, while Subfactor 2 allows for tradeoffs.
- Technical Risk
- Past Performance
- Price Offerors must possess a final facility clearance and propose a minimum of 30% small business participation for Technical Subfactor 1.
Contacts & Access
The Primary Contracting Officer is Brandi Shelden (brandi.shelden@us.af.mil). For Industry Day inquiries, contact Alejandra Marchesano (alejandra.marchesano@us.af.mil). Access to controlled documents on SAM.gov requires an active DD2345 on file and a CAGE code in the access request.