C-40C (B700) Fleet Expansion
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 Department of the Air Force (AFLCMC WVV) is conducting market research through this Request for Information (RFI) for the C-40C (B700) Fleet Expansion. The objective is to identify potential sources and gather information on the availability and modification of a single Boeing 700-series aircraft to a C-40C configuration. This RFI is for planning purposes only and does not guarantee a future solicitation. Responses are due May 8, 2026.
Scope of Work
The requirement involves procuring one used Boeing 737-700 Increased Gross Weight (IGW) aircraft and performing the necessary engineering, integration, and modification to missionize it to a C-40C configuration. This transformation aims to convert a commercial aircraft into a Military Commercial Derivative Aircraft (MCDA) for Distinguished Visitor (DV) Airlift missions. Key modifications include:
- Aircraft Acquisition: Procure a used Boeing 737-700 IGW airframe with at least 15 years of remaining service life.
- Flight Deck & Avionics: Install a commercial "Glass Cockpit" design with dual FMS, integrated GPS/IRS/ADIRU, TACAN, TCAS II, EGPWS, 5G-immune radio altimeters, APX-119 IFF Transponder (Mode 5), ARC-210 UHF, HUD, and digital CVR/FDR.
- Communications Systems: Install UHF, HF, VHF radios, ACARS, INMARSAT, and provisions for Starlink/Starshield.
- Cybersecurity: Implement Risk Management Framework (RMF) and NIST SP 800-53 security controls, including Supply Chain Risk Management (SCRM).
- Technical Data & Sustainment: Deliver a complete technical data package, updated manuals, configuration management, and peculiar Ground Support Equipment (GSE).
Requested Information
Respondents should provide detailed information on:
- Aircraft Details: Total flight hours, cycles, remaining structural life, recent heavy maintenance, serial/tail numbers, operational history, and sourcing approach.
- Engine Details: Make, model, serial number, time/cycles since new, and remaining time/cycles until overhaul.
- Avionics & Mission Systems: Technical approach for integrating C-40C equivalent systems, provisions for GFP (executive interiors, Self-Defense System), military-unique systems (IFF Mode 5), and FAA airworthiness.
- Maintenance & Records: Summary of major repairs/alterations and confirmation of complete digital maintenance records.
- Cost & Pricing: Estimated market price, cost breakdown, and suggestions for contract incentive structures.
- Delivery: Proposed process, timeline, inspection location, and ferry flight inclusion.
- Modifications & Compliance: OEM relationships, incorporated modifications/STCs, compliance with FAA/military airworthiness directives, and experience with FAA certification/Military Flight Releases (MFR).
- Experience & Capabilities: Prime contractor/systems integrator experience, facilities, C-40C configuration feasibility assessment, project schedule, risks, and mitigation strategies.
- Vendor Information: CAGE code, past performance, RMF/ATO capabilities, SCRM approach, technical data package process, and small business inclusion plan.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: May 8, 2026, 5:00 PM ET
- Published: April 7, 2026
Special Requirements
Adherence to FAA Type Certification, STCs, FAR Part 25/121, and AFPD 62-6. Government will provide specific military-unique equipment (e.g., KIV-77 Cryptographic Applique). A minimum SECRET security clearance is required for personnel, complying with DD Form 254 and NISPOM. Interoperability with U.S. joint and NATO forces is essential.
Submission Instructions
- Due Date: March 4, 2026, 12:00 PM CST (Note: The overall opportunity response date is May 8, 2026, which supersedes this internal RFI document date).
- Method: Electronic email to bailey.calico@us.af.mil and kayona.hooks@us.af.mil.
- Subject Line: "Response to RFI [INSERT RFI NUMBER]: C-40C Fleet Expansion".
- Format: PDF or Microsoft Word compatible, 20-page limit.
- Proprietary Information: Must be clearly marked.
Points of Contact
- Capt Bailey Calico (Procurement Contracting Officer): Bailey.Calico@us.af.mil, 405-622-7719
- Kayona Hooks (Contract Specialist): kayona.hooks@us.af.mil, 405-739-4079