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, AFLCMC/WLT at Tinker Air Force Base (TAFB), is seeking industry feedback on a Draft Solicitation for the KC-135 Center Console Refresh (CCR) Revision 2 program. This Sources Sought notice is progressing towards a formal Request for Proposal (RFP) for miscellaneous aircraft accessories and components. The draft proposal response due date is July 31, 2026.
Scope of Work
This program involves the refresh of the KC-135 Center Console, with details outlined in the DRAFT Statement of Work (SOW) and System Requirements Document (SRD). The effort includes updates to CDRLs for CLINs X0001, X0001AA, X0001AF, and X0020.
Contract & Timeline
- Type: Sources Sought (leading to a competitive acquisition)
- Product Service Code: 1680 - Miscellaneous Aircraft Accessories And Components
- Place of Performance: S Coffeyville, OK, United States
- Set-Aside: None specified for the overall opportunity; however, small business participation is a requirement for Subfactor 1, with a minimum of 30% proposed participation.
- Draft Solicitation Feedback Due: March 17, 2026
- Draft Proposal Response Due: July 31, 2026
- Industry Day: March 25, 2026 (Virtual via Microsoft Teams)
- Published: March 16, 2026
Evaluation Factors (from DRAFT Section M)
Award will be based on Tradeoff Source Selection procedures for a best-value decision. Key factors include:
- Technical: Assessed via subfactors: Technical Solution, Exceeding Requirements/System Strengths (used for tradeoffs), Data Rights, and Schedule.
- Technical Risk: Evaluates likelihood of schedule disruption, performance degradation, or increased oversight.
- Past Performance: Assesses recency, relevancy, and quality.
- Price: Evaluated for reasonableness, balance, and realism. Technical Subfactor 2, Technical Risk, and Past Performance are individually more important than Price, and combined, are significantly more important than Price.
Submission Requirements (from DRAFT Section L)
Proposals must be submitted electronically via the PIEE Solicitation Module. Required volumes include Technical, Past Performance, Price, and Contract Documentation. Offerors must adhere to page limitations and provide numerous attachments, including Past Performance Information Forms (PPIF), Small Business Participation Commitment Documents (SBPCD), and Excel Pricing Workbooks (Prime and Sub). A final facility clearance (DD254) is required prior to award. Offerors must also complete a Data Rights Assertion Matrix and a DCAA Pre-award Survey of Prospective Contractor Accounting System Checklist.
Additional Notes
The Government has uploaded updated draft solicitation documents, including Section L, Section M, and Excel Pricing Workbooks. Industry questions regarding the SRD and SOW have been answered. An Industry Day is scheduled for March 25, 2026, to gather feedback and inform the RFP development.