Federal Bid

Last Updated on 09 Nov 2021 at 2 PM
Sources Sought
Robins air force base Georgia

Repair of the Airborne Digital Interphone System (ADIS)

Solicitation ID FA8539-23-RFI-ADIS
Posted Date 09 Nov 2021 at 2 PM
Archive Date 04 Dec 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8539 Afsc Pzaba
Agency Department Of Defense
Location Robins air force base Georgia United states 31098

REQUEST FOR INFORMATION

KC-135R/T Airborne Digital Interphone System (ADIS) Repair  

The Government is conducting market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to repair the KC-135R/T Airborne Digital Interphone System (ADIS) Retrofit and Repair. The National Stock Numbers (NSN) and Part Numbers (PN) are as follows:

  • Interphone Audio Control Panel (IACP), NSN: 5831-01-474-1630, P/N: AL-14-2001-474-1-44-1
  • Combined Audio Interface Unit (CAIU), NSN: 5895-01-474-2850, P/N: AL-14-2101-1-44
  • Intercom Control Panel (ICP), NSN: 5831-01-459-5966, P/N: AL-18-3090-1

All ADIS components are currently repaired by Orbit (34NS0) under contract FA8538-18-D-0003. The RMC/ RMSC code for the ADIS is R3/R. This service has been performed multiple times by Orbit, which is the original manufacturer of ADIS. The technical data required to organically repair or compete the repair is not owned by the Government, and is uneconomical to acquire the data by purchase or to reverse engineer the item. No samples are available for potential suppliers to evaluate.

Contractor shall furnish all material, support equipment, tools, test equipment, and services.  The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor’s facility.  Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts.

Orbit is the manufacturer of ADIS and the known sole source contractor for repair of this item. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards.  The government will not reimburse participants for any expenses associated with their participation in this survey.

FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997) applies to this request for proposal:

(a) The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited except as provided in subsection 31.205-18 Bid and Proposal (B&P) Costs, of Federal Acquisition Regulation

(b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only.  It shall not be used as a proposal.

(c) This solicitation is issued for the purpose of: overcoming barriers to competition.

INSTRUCTIONS:

  1. The document(s) below contain a description of the ADIS repair requirements and a Contractor Capability Survey. The Survey allows Contractors to provide their company’s capability.
  2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company’s capability in meeting these requirements.  Failure to provide documentation may result in the government being unable to adequately assess your capabilities.  If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)
    1.  Identify any areas of work that your organization believes should be broken out exclusively for Small Business.
  3. Both large and small businesses are encouraged to participate in this Market Research.  Joint ventures or teaming arrangements are encouraged.
  4. Questions relative to this market survey should be addressed to Ceriece Burke, Logistics Management Specialist, 478-926-5287 or via email at [email protected].

KC-135R/T Airborne Digital Interphone System (ADIS) Repair

PURPOSE/DESCRIPTION

The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to provide depot-level test and repair of the KC-135R/T Airborne Digital Interphone System (ADIS) Repair.  The National Stock Numbers (NSN) and Part Numbers (PN) are as follows:

  • Interphone Audio Control Panel (IACP), NSN: 5831-01-474-1630, P/N: AL-14-2001-474-1-44-1
  • Combined Audio Interface Unit (CAIU), NSN: 5895-01-474-2850, P/N: AL-14-2101-1-44
  • Intercom Control Panel (ICP), NSN: 5831-01-459-5966, P/N: AL-18-3090-1

ADIS is a Line Replaceable Unit (LRU) on the KC-135R/T. Each aircraft has 7 IACPs, 2 CAIUs and 1 ICP installed. ADIS serves an interface allowing all C/KC-135 flight and BOOM crewmembers to access, monitor and control the aircraft intercom systems and it enables Intercom communication with the Receive Aircraft.

The IACP redesign effort was awarded in 2018 under contract FA853918D0003 to improve reliability, availability, and maintainability due to evidence of water intrusion within the IACP causing corrosion and a high failure rate. The redesign effort was approved and fielded in 2020.

The ADIS is made of three Line Replacement Units (LRU): (1) the Combined Audio Interface Unit (CAIU), (2) the Interphone Audio Control Panel (IACP), and (3) the Intercom Control Panel (ICP). The LRUs are part of one system and so they must be repaired together and by the same source. This will ensure a consistency in quality of the repair of all items.

CONTRACTOR CAPABILITY SURVEY

KC-135R/T Airborne Digital Interphone System (ADIS) Repair

Part I.  Business Information

Please provide the following business information for your company/institution and for any teaming or joint venture partners:

  • Company/Institute Name:
  • Address:
  • Point of Contact:
  • CAGE Code:
  • Phone Number:
  • E-mail Address:
  • Web Page URL:
  • Size of business pursuant to North American Industry Classification System (NAICS) Code: 

NAICS Code 811219- Other Electronic and Precision Equipment Repair and Maintenance

       Based on the above NAICS Code, state whether your company is:

  • Small Business                                                (Yes / No)
  • Woman Owned Small Business                      (Yes / No)
  • Small Disadvantaged Business                       (Yes / No)
  • 8(a) Certified                                                  (Yes / No)
  • HUBZone Certified                                        (Yes / No)
  • Veteran Owned Small Business                      (Yes / No)
  • Service Disabled Veteran Small Business      (Yes / No)
  • Central Contractor Registration (CCR).         (Yes / No)
  • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).

Written responses, no facsimiles or e-mails please, must be received no later than close of business 25 October 2021. Please mail two (2) copies of your response to:

Ceriece Burke

Logistics Management Specialist

407 SCMS/GULBA

235 Byron St, Suite 19A

Robins AFB, GA  31098-1670

Questions relative to this market research should be addressed to Ceriece Burke

Logistics Management Specialist, 478-926-5287 or via email at [email protected].

Part II. Capability Survey Questions

A. General Capability Questions:

  1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide.  Include a description of your staff composition and management structure.
  2. Describe your company's past experience on previous projects similar in complexity to this requirement.  Include contract numbers, a brief description of the work performed, period of performance, and agency/organization supported.
  3. Describe your company’s experience in repairing the KC-135 ADIS.
  4. Describe your company's capabilities for generating, handling, processing and storing classified material and data.
  5. What is your company’s current maximum capacity per month for this particular type of requirement?  Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements.

B. Repair Questions:

  1. Describe your capabilities and experience in repairing existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment.
  2. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems?
  3. Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort.
  4. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer.
  5. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.
  6. If the item cannot be repaired in total, state what your organization can repair.

C. Commerciality Questions:

  1. Are there established catalog or market prices for our requirement?
  2. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public?
  3. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.  
Bid Protests Not Available

Similar Past Bids

Robins air force base Georgia 26 Oct 2021 at 2 PM
Location Unknown 27 Oct 2016 at 4 PM
Location Unknown 29 Nov 2016 at 5 PM
Location Unknown 10 Dec 2013 at 11 PM

Similar Opportunities

Philadelphia Pennsylvania 22 Jul 2025 at 3 PM
Philadelphia Pennsylvania 25 Aug 2025 at 4 AM
Philadelphia Pennsylvania 04 Aug 2025 at 4 AM
Philadelphia Pennsylvania 07 Aug 2025 at 6 PM
Philadelphia Pennsylvania 07 Aug 2025 at 8 PM