Repair of the Air Data Processor (ADP)
ID: FA8538-26-R-0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8538 AFSC PZAABROBINS AFB, GA, 31098-1670, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting a Firm Fixed Price contract for the repair of the Air Data Processor (ADP), NSN: 6610-01-432-8459FX, with a focus on providing all necessary parts and labor for testing and repair. This sole source requirement is directed towards Honeywell International, as they possess the unique technical data and capabilities required to ensure compatibility with the F-15E’s performance specifications. The contract, which is critical for maintaining operational readiness, will be executed under a Direct Sales Partnership Agreement and is set for a duration of one year, with proposals due by January 30, 2026. Interested parties can reach out to Madison Norris at madison.norris@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    Lifecycle
    Similar Opportunities
    Presolicitation - Repair of the Advanced Display Core Processor (ADCP) and Digital Map Processor (DMP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to repair the Advanced Display Core Processor (ADCP) and Digital Map Processor (DMP) under a presolicitation notice. The contract will involve providing all necessary parts and labor to test and repair these critical components, which are essential for the operational capabilities of the F-15E aircraft. The anticipated contract is a Firm Fixed Price agreement for a duration of one year, with a delivery schedule of 12 months after receipt of the equipment. Interested parties should contact Madison Norris at madison.norris@us.af.mil, with the solicitation expected to be issued on January 7, 2026, and proposals due by February 27, 2026.
    PROCESSOR, RADAR DATA FD20602600196
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to modify an existing contract with Honeywell Aerospace for the repair of the PROCESSOR, RADAR DATA, under solicitation number FD20602600196. This modification will add a contract line item for the repair of a proprietary item identified by National Stock Number (NSN) 5841-01-470-8036 and Part Number 27914/066-50000-2930, which is critical for radar equipment operations. This action supports a Beyond Economic Repair (BER) requirement, emphasizing the importance of maintaining operational readiness for radar systems. For further inquiries, interested parties can contact James Daniel Faulkner at james.faulkner.8@us.af.mil, noting that this notice is for informational purposes only and no formal solicitation will be issued.
    66--TRANSDUCER,AIR DATA, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of the Transducer, Air Data, with a National Stock Number (NSN) of 7R-6610-011318697-LU. This procurement involves a quantity of 25 units, which require engineering source approval to ensure the quality and reliability of the parts, as they are critical for flight operations. The selected contractor must demonstrate existing unique design capabilities and manufacturing knowledge, as only previously approved sources will be considered for this contract, which is expected to be awarded based on the urgency of fleet support needs. Interested parties must submit their proposals, including necessary source approval documentation, to Shannon R. Menickella at the provided email address within 45 days of this notice.
    Request for Proposal for the F-15E Control Panel Assembly; NSN: 1290-01-395-2696FX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is soliciting proposals for the F-15E Control Panel Assembly, identified by NSN 1290-01-395-2696FX. This procurement aims to secure the necessary components for the F-15E aircraft, which are critical for its operational capabilities and maintenance. The deadline for proposal submissions has been extended from December 17, 2025, to January 16, 2026, and all other terms and conditions of the solicitation remain unchanged. Interested offerors must acknowledge this amendment to ensure their proposals are considered, and they can contact Vanessa Moes at vanessa.moes.1@us.af.mil for further information.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a firm-fixed-price indefinite-delivery requirements contract for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW. The contract encompasses various repair scenarios, including minor and major repairs, as well as no-fault-found situations, with estimated quantities specified for both the basic and option years. This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, underscoring its importance to national defense operations. Interested contractors must submit their proposals by February 6, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    Resolver, Assembly, V.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Resolver Assembly, V, identified by National Stock Number (NSN) 2915-01-224-4227NZ. This procurement requires a minimum of 2 and a maximum of 8 units, with an estimated total quantity of 5 units to be delivered by August 8, 2026, highlighting the critical safety nature of the item. The approved source for this procurement is Honeywell International Inc., and the RFP is expected to be issued on December 27, 2024, with a closing date of January 30, 2024. Interested parties can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    FD2030-25-01565
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    Common Data Entry Electronic Unit (CDEEU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Common Data Entry Electronic Units (CDEEU) and associated components, primarily for F-16 aircraft, under solicitation FA8251-26-R-0002. The contractor will be responsible for testing and repairing various National Stock Number (NSN) items to a serviceable “A” condition, adhering to OEM specifications and ISO 9001-2015 quality standards, with deliveries expected to commence 30 to 60 days after receipt of assets. This procurement is critical for maintaining the operational readiness of F-16 avionics, ensuring that essential components are restored to functionality. Interested contractors should contact Piper Martin at piper.martin@us.af.mil or Jesse Baird at jesse.baird@us.af.mil for further details, and are encouraged to review the solicitation documents for specific requirements and deadlines.
    FMS Repair of COMPUTER, FLIGHT DIR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotes for the repair of a "COMPUTER, FLIGHT DIR" specifically for the MH-60R platform, identified by National Stock Number 7R6610015060044. Contractors are required to adhere to various Federal Acquisition Regulation (FAR) clauses, including those related to confidentiality, executive compensation reporting, and safeguarding contractor information systems, with a delivery period of 90 calendar days from the induction date. This procurement is critical for maintaining operational and functional capabilities of flight instruments used in military aviation. Interested parties should contact Dina Wojciechowski at 215-697-1219 or via email at dina.m.wojciechowski.civ@us.navy.mil for further details regarding the solicitation, N0038326QN001.