Repair of F-15 Air Data Processor (ADP)
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, specifically FA8538 AFSC PZAAB, is conducting market research via a Request for Information (RFI) to identify potential sources for the repair of the F-15 Air Data Processor (ADP), NSN: 6610-01-432-8459FX, P/N: 2118952-5. This effort seeks firms possessing the necessary repair data, expertise, capabilities, and experience to meet qualification requirements. Responses are due March 26, 2026.
Scope of Work
The RFI aims to identify sources capable of repairing the F-15 ADP, a military-unique item requiring manufacturing to Honeywell drawing specification PS68-870192 Rev B, Drawing 2118952 Rev C. The ADP monitors air pressure and adjusts ramps, improving accuracy for the Air Data Computer and Electronic Air Inlet Controller. Contractors must furnish all material, support equipment, tools, test equipment, and services, including providing, maintaining, and calibrating all required test equipment. Replacement parts must equal or exceed original quality.
Contract & Timeline
- Type: Sources Sought (Request for Information - RFI)
- Set-Aside: None specified
- Response Due: March 26, 2026, 8:00 PM ET
- Published: March 11, 2026
Evaluation
This RFI is for market research and planning purposes only, as per FAR 52.215-3. The Government does not intend to award a contract based on this solicitation. Responses will be treated as information only and will be used to identify potential sources. Participation in this survey may not ensure participation in future solicitations or contract awards.
Additional Notes
The Repair Method Code (RMC)/Repair Method Suffix Code (RMSC) for this item is R3/C, signifying that engineering source approval by the design control activity is required. The Government does not own or have access to the essential technical data or knowledge. The known source for this requirement is Honeywell International (CAGE 5Y043). The level of security clearance required has not yet been determined.