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 center console. This Sources Sought notice provides draft solicitation documents, including the Statement of Work (SOW), System Requirements Document (SRD), Instructions to Offerors (Section L), and Evaluation Factors for Award (Section M), to prepare industry for a future Full RFP release anticipated in May 2026.
Purpose & Scope
This program seeks to upgrade the KC-135 aircraft's center console. The released draft documents indicate the eventual contract will involve a best-value tradeoff source selection, evaluating technical solutions, system strengths, data rights, schedule, technical risk, past performance, and price. A key requirement for the future contract is a minimum of 30% small business participation for Technical Subfactor 1. Offerors will also need to possess a final facility clearance prior to award.
Key Updates & Documents
- March 3-4, 2026: Latest draft documents released, including the DRAFT SOW, DRAFT SRD, DRAFT Section L (Instructions to Offerors), and DRAFT Section M (Evaluation Factors for Award).
- February 27, 2026: DRAFT Section L and Section M were uploaded, detailing proposal submission and evaluation criteria.
- February 18, 2026: Eighteen Technical Orders (TOs) were uploaded to the Bidder's Library.
- February 17, 2026: The schedule was updated, confirming a Full RFP release expected in May 2026.
- January 13, 2026: Government responses to industry questions regarding the SRD and SOW were provided.
- December 5, 2025: RFI 3 was issued, requesting industry input on contract type and standard compliance.
- April 2, 2025: A Virtual Industry Day was held, with charts and Q&A sessions subsequently posted.
Contract & Timeline
- Type: Sources Sought (leading to a single contract award).
- Set-Aside: Not applicable for this Sources Sought. The future contract will require 30% small business participation for Technical Subfactor 1.
- Place of Performance: S Coffeyville, OK.
- Anticipated Full RFP Release: May 2026.
- Primary Contact: Brandi Shelden (brandi.shelden@us.af.mil).
- Secondary Contact: Alejandra Marchesano (alejandra.marchesano@us.af.mil).
Evaluation Factors (from DRAFT Section M)
The eventual contract award will utilize Tradeoff Source Selection procedures for a best-value decision, considering:
- Factor 1: Technical (Subfactors: Technical Solution, Exceeding Requirements, Data Rights, Schedule). Subfactors 1, 3, and 4 are pass/fail; Subfactor 2 allows for tradeoffs.
- Factor 2: Technical Risk
- Factor 3: Past Performance
- Factor 4: Price Offerors must possess a final facility clearance prior to the Source Selection Authority Decision Brief.
Action Items
Interested parties should review the recently released draft documents (SOW, SRD, Section L, Section M) to understand the program's requirements and evaluation criteria. Monitor SAM.gov for the anticipated Full RFP release in May 2026. Ensure your company has an active DD2345 on file for access to controlled documents.