ContractSolicitation

Repair of the Air Data Processor (ADP)

DEPT OF DEFENSE FA8538-26-R-0005
Response Deadline
Jan 30, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting a Sole Source Requirement for the repair of the Air Data Processor (ADP) under contract FA8538-26-R-0005. This Firm Fixed Price contract involves providing all necessary parts and labor to test and repair the ADP, which is critical for the performance of the F-15E aircraft, and will be executed as a Direct Sales Partnership Agreement with the Government. The contract is set for a duration of one year, with a total quantity of 50 units to be repaired, and is intended to be awarded to Honeywell International, the only known source with the requisite technical data and capabilities. Interested parties should note that the solicitation will be issued on December 3, 2025, with proposals due by January 30, 2026, and can contact Madison Norris at madison.norris@us.af.mil for further information.

Classification Codes

NAICS Code
811210
Electronic and Precision Equipment Repair and Maintenance
PSC Code
J066
MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT

Solicitation Documents

4 Files
FA8538-26-R-0005 with Attachments.pdf
PDF1379 KB12/9/2025
AI Summary
This government solicitation, FA8538-26-R-0005, is a Request for Proposal (RFP) issued by Robins AFB, GA, for the repair of Flight Information Processors (NSN: 6610-01-432-8459 FX), designated as Item Number 0001, with a quantity of 50. The contract also includes provisions for Over & Above (CLIN 0003) and Beyond Economical Repair (CLIN 0002) to be established via modification. Additional services include on-site FSE support, CSPM support, Program Control Specialist support, Logistics Analyst support, Engineering Services, Use of Test Equipment, Intellectual Property Agreement, Contractor Management Report, and Configuration Management. The solicitation is a rated order under the Defense Priorities and Allocations System (DPAS) and mandates electronic submission of payment requests and receiving reports via Wide Area WorkFlow (WAWF). The document specifies various clauses, including those related to small business subcontracting, labor standards, and safeguarding covered defense information. The offeror must complete blocks 11, 13, 15, 21, 22, and 27, and offers are due by January 6, 2026, at 4:00 PM.
FA8538-26-R-0005 Due Jan 30 with Attachments.pdf
PDF1378 KB12/9/2025
AI Summary
This government solicitation, FA8538-26-R-0005, is a Request for Proposal (RFP) for supplies and services related to the repair of Flight Information Processors (NSN: 6610-01-432-8459 FX) for F-15, C-130, and C-5 aircraft. The contract is administered by Robins AFB, GA, and is a rated order under the Defense Priorities and Allocations System (DPAS). The solicitation outlines specific requirements for repair services, including Firm Fixed Price items for ADP repair, on-site Field Service Engineer (FSE) support, CSPM support, Program Control Specialist support, On-Site Logistics Analyst support, Engineering Services, Use of Test Equipment, Intellectual Property Agreement, Contractor Management Report, and Configuration Management. Additionally, it details data requirements through a Contract Data Requirements List (CDRL) for items such as PMR Meeting Minutes, Depot Maintenance Workload 50/50 Report, Test Plan, Engineering Change Proposal, Identification Marking, Obsolescence Alert Notice, Accident/Incident Report, and Quality Control Plan. The document specifies inspection, acceptance, delivery, and payment instructions, including the use of Wide Area WorkFlow (WAWF) for payment requests and receiving reports. It also incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering areas like small business utilization, labor standards, environmental protection, and intellectual property. An ombudsman is designated to facilitate the resolution of concerns related to the acquisition. Offers are due by January 30, 2026, at 4:00 PM.
FA8538-26-R-0005-0001 - Combined.pdf
PDF3801 KB1/7/2026
AI Summary
This government solicitation amendment, FA8538-26-R-0005-0001, primarily extends the proposal due date from January 6, 2026, to January 30, 2026. It also details several modifications including the removal of preamble CAVAF language, the removal of IUID requirements from CLIN 0001, and the removal of the CDRL for Identification Marking of US Military Property. Consequently, Attachment 2 (Performance Work Statement) and Exhibit A (Contract Data Requirements List) are updated to reflect these changes and renumber CDRLs, with the PWS date updated to December 11, 2025. The document outlines comprehensive terms and conditions for repair services of Flight Information Processors, various support services (FSE, CSPM, PCS, Logistics Analyst), engineering services, use of test equipment, and intellectual property agreements. It specifies inspection, acceptance, and delivery requirements, along with detailed contract clauses covering a wide range of regulations including those related to small business, labor standards, environmental protection, and cybersecurity. An ombudsman is also designated to address concerns from offerors.
FA8538-26-R-0005-0002 Combined.pdf
PDF1665 KB1/7/2026
AI Summary
This amendment to solicitation FA8538-26-R-0005-0002 updates and modifies various aspects of a government contract related to repair and support services for Flight Information Processors and associated data. The primary purpose of this amendment is to incorporate a revised Performance Based Work Statement (PWS) dated December 18, 2025, and an updated Exhibit A Contract Data Requirements List (CDRLs) dated January 6, 2026. As a result, Section B, detailing supplies, services, and prices/costs, has been entirely restated. The amendment also outlines specific line items for repairs, data, on-site field service engineer (FSE) support, CSPM support, program control specialist support, on-site logistics analyst support, engineering services, use of test equipment, intellectual property agreements, contractor management reports, and configuration management. Additionally, it provides detailed inspection, acceptance, and delivery information, including instructions for Wide Area WorkFlow (WAWF) payment submissions. The document also incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering areas such as small business subcontracting, labor standards, environmental protection, and government property. An ombudsman is also appointed to facilitate the resolution of concerns.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 17, 2025
amendedAmendment #1Dec 9, 2025
amendedAmendment #2Dec 16, 2025
amendedLatest AmendmentJan 7, 2026
deadlineResponse DeadlineJan 30, 2026
expiryArchive DateFeb 14, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8538 AFSC PZAAB

Point of Contact

Name
Madison Norris

Place of Performance

Warner Robins, Georgia, UNITED STATES

Official Sources