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:
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: informational planning and budgetary forecasting by the government.
INSTRUCTIONS:
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:
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:
NAICS Code 811219- Other Electronic and Precision Equipment Repair and Maintenance
Based on the above NAICS Code, state whether your company is:
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:
B. Repair Questions:
C. Commerciality Questions: