Skip to main content

An official website of the United States government

You have 2 new alerts

KC-135 Center Console Refresh (CCR)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

General Information

  • Contract Opportunity Type: Special Notice (Updated)
  • Updated Published Date: Sep 15, 2022 05:03 pm CDT
  • Original Published Date: Aug 19, 2022 03:59 pm CDT
  • Updated Response Date: Sep 30, 2022 04:00 pm CDT
  • Original Response Date: Sep 30, 2022 04:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 01, 2023
  • Original Inactive Date: Dec 01, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 928110 - National Security
  • Place of Performance:
    Oklahoma City , OK 73134
    USA

Description

REQUEST FOR INFORMATION-03 

Updates:

  • 15 Sep 22 - Cover Sheets, Tables of Content, List of Figures and Acronym list are NOT considered part of the 10 page limit/5,000 words max. you may use the cells in the excel file and/or a separate document not exceed the max page/word count.
  • 07 Sep 22 - Updated Primary POC to Jacob Booth, Contracting Officer and Secondary POC to Leigha (Taylor) McCool, Contract Specialist.
  • 25 Aug 22 -  Regarding MIL-STD-3023, called out in paragraph 3.18.1 of the draft SRD: We are still working with AMC to define the EMI Hardness Level Requirements, due to this program requiring COTS products. Therefore, MIL-STD-3023 will not be published.

List of Attachments:

  • Att 01 CCR RFI-03_19Aug22
  • Att 02 CCR RFI-03_Questionnaire ***Return Att 02 to jacob.booth@us.af.mil and leigha.mccool@us.af.mil NLT 30Sep22/1600CDT)***
  • Att 03 CCR SRD-draft_16Aug22
  • Att 04 CCR SOW-draft_Posted near 09Sep22
  • Att 05 CCR Industry Day Question and Answers from 10-11May22 - Rev 10Aug22
  • Att 06 CCR RFI-02_07Feb22 - SAM Post
  • Att 07 CCR Industry Day_10-11May22 - SAM Post
  • Airworthiness, Drawing, and Tech Order's
    ***The KC-135 Legacy Tanker Tech Order section requires the contractor to deliver all TO changes in WORD.doc format.***

Primary Points of Contact:  Mr. Jacob Boothjacob.booth@us.af.mil, Contracting Officer and Ms. Leigha (Taylor) McCool, leigha.mccool@us.af.mil, Contracting Specialist.

REQUEST FOR INFORMATION

This is a Request for Information (RFI) for market research purposes issued by the C/KC‐135 Contracting Branch, AFLCMC/WLT at Tinker Air Force Base. The United States Air Force (USAF) is requesting information pertaining to the Fuel Management System and the Flight Display System for the KC‐135 aircraft (program is Center Console Refresh(CCR)).  This is a follow-up from the last RFI for CCR released in Feb 2022 (Reference previous RFI Notice ID: Amended_RFI_02-07-2022)

PURPOSE

The previous RFI was used is to solicit industry options and possible solutions for providing a replacement of the KC-135 Fuel Management System and the Flight Display System as well as growth for display capabilities to support aircraft into 2060 and beyond. The purpose of this RFI is to solicit industry solutions for annual kit production as well as installation capabilities. Additionally as part of this RFI, the government is soliciting feedback on the draft Systems Requirements Document (SRD).

THIS IS A REQUEST FOR INFORMATION ONLY:

This RFI is issued solely for informational and planning purposes.  It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future.  As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract.  This RFI does not commit the Government to contract for any supply or service whatsoever.  Furthermore, we are not seeking proposals at this time.  Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI.  All costs associated with responding to this RFI will be solely at the responding party’s expense.

The Government requests that non‐proprietary information be submitted in response to this RFI.  However, should proprietary information be submitted, it should be marked “PROPRIETARY”, and will be handled accordingly.  The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified.  Proprietary information will be safeguarded in accordance with the applicable Government regulations.  Respondents are advised that only an Air Force Contracting Officer is legally authorized to commit the Government to the obligation of funds.  

INFORMATION REQUESTED

The Government is looking for industry inputs to help develop our schedule and installation timelines. Respondents should provide the following information:

  1. Number of A & B kits able to be produced per year, please indicate lead time if known
  2. Explain your installation approach, capabilities, and annual throughput to achieve maximum production per month/year (targeted at 75 aircraft per year)
  3. What is your warranty plan for your proposed solution
  4. Is your solution currently in use by commercial and/or military aircraft? If it is, then address what platform they are flying on, how many aircraft have been modified, how long have they been in use, and what are your current end of life projections
  5. Do you have experience with Models Based Systems Engineering (MBSE)? If so, provide details on which platforms/programs MBSE was used on
    1. Explain processes to include languages and tools you have in place to conduct major milestone reviews utilizing MBSE products
  6. Questions/concerns/comments on the posted draft SRD
  7. Questions/concerns/comments on draft Statement of Work (SOW) to be posted near 09 Sept 22

Please submit responses to the Government Contracting Office POC listed below by 30 Sept 22/1600 CDT. Respondents should fill out the Att 02 CCR RFI-03_Questionnaire (Tabs 1-3) but may have additional documentation they would like to include.  Contractor format is acceptable but responses should be concise.

INDIVIDUAL MEETINGS

The Government would like to offer industry time to discuss the above requested information. The Government will hold individual meetings by appointment lasting NO MORE than 60 minutes. If you desire a one-on-one with the government, indicate the request on Tab 3 of the Att 02 CCR RFI-03_Questionnaire. If there are any questions, contact the Government Contracting Office POC, listed at the bottom of this announcement.

Attendees are required to identify their position within the company they represent.  This is a no-fee event. Maximum of THREE attendees will be allowed per company CAGE code. Registration Forms should be returned NLT 30 Sept 22, 1600 CDT to Government Contracting Office POC listed below.  An email confirmation will be sent by a member of the KC-135 Program Office upon receipt of the registration.  Late registration requests will NOT be permitted.

The week of 3 Oct 22, the government will provide each company requesting an individual meeting a date/time of the meeting that will fall within a two week window (11 Oct 22 – 21 Oct 22) along with directions to the virtual or physical meeting location. Physical meeting location will be determined closer to October, pending current health protection condition (HPCON).

Please send any known questions ahead of time to the Government Contracting Office POC listed below.

Primary Point of Contact:

Mr. Jacob Booth, Contracting Officer

Jacob.booth@us.af.mil

Secondary Point of Contact:

Ms. Leigha Taylor McCool, Contract Specialist

Leigha.mccool@us.af.mil

KC‐135 Contracting Branch 

AFLCMC/WLTK

3001 Staff Dr. STE 2AE1

Tinker AFB OK, 73145‐3020

Contact Information

Contracting Office Address

  • CP 405 736 4908 3001 STAFF DR STE 2AI 85A
  • TINKER AFB , OK 73145-3303
  • USA

Primary Point of Contact

Secondary Point of Contact

History