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 seeking proposals for the KC-135 Center Console Refresh (CCR) Revision 2 program, focused on upgrading the aircraft's center console. This is a Sources Sought opportunity that has progressed to a draft solicitation (FA810526RB001) stage, including detailed instructions and evaluation factors. The latest updates include the release of Excel Pricing Workbooks and a proposal response due date of July 31, 2026.
Purpose & Scope
This program aims to refresh the KC-135 aircraft's center console. The government has released draft documents including the Statement of Work (SOW) and System Requirements Document (SRD) to define the technical requirements. The effort involves significant updates to the draft solicitation, including new Contract Data Requirements Lists (CDRLs) for specific CLINs.
Key Updates & Timeline
- March 10, 2026: Excel Pricing Workbooks for Prime and Subcontractors were uploaded. The draft solicitation (FA810526RB001) was updated, including revisions to Section L (Instructions to Offerors) and Section M (Evaluation Factors for Award). New CDRLs were added to CLINs X0001, X0001AA, X0001AF, and X0020. The proposal response due date is now July 31, 2026.
- March 3, 2026: The DRAFT Statement of Work (SOW) and System Requirements Document (SRD) were uploaded.
- February 27, 2026: Initial DRAFT Section L and Section M documents were uploaded.
- February 18, 2026: Eighteen Technical Orders (TOs) were posted.
- Ongoing: The government has previously conducted a Virtual Industry Day (April 2, 2025) and issued multiple Requests for Information (RFIs) to gather industry input on contract type, standard compliance, incentives, and CPIF contract types. Responses to industry questions regarding the SRD and SOW were also provided.
Contract & Submission Details
- Opportunity Type: Sources Sought (currently in draft solicitation phase)
- Product Service Code: 1680 - Miscellaneous Aircraft Accessories And Components
- Place of Performance: S Coffeyville, OK, 73145, United States
- Submission: Proposals will be submitted electronically via the PIEE Solicitation Module, following detailed instructions in Section L. Offerors must possess an active DD2345 for access to controlled documents.
- Contact: Primary point of contact is Brandi Shelden (brandi.shelden@us.af.mil).
Evaluation Factors
Award will be based on a Tradeoff Source Selection procedure for a best-value decision, as outlined in the DRAFT Section M. Evaluation factors include:
- Technical: Assessed through four subfactors (Technical Solution, Exceeding Requirements, Data Rights, Schedule). Subfactors 1, 3, and 4 are pass/fail, while Subfactor 2 allows for tradeoffs.
- Technical Risk: Evaluates potential for schedule disruption, performance degradation, or increased oversight.
- Past Performance: Assesses recency, relevancy, and quality.
- Price: (Section to be added).
- Eligibility: Offerors must have a final facility clearance (DD254) prior to the Source Selection Authority Decision Brief.
- Small Business Participation: A minimum of 30% proposed small business participation is a requirement for Technical Subfactor 1.