IRST Block II Full Rate Production (FRP) Environmental Control Unit (ECU)
Subject: IRST Block II Full Rate Production (FRP) Environmental Control Unit (ECU)Solicitation Number: N00019-24-RFPREQ-TPM265-05Notice Type: PRESOLNAICS: 336413Notice Published: 01-30-26Response Due: 02-13-26Agency: Department of the NavyOffice: NAVAL AIR SYSTEMS COMMANDContact: J. Tyler Weathers This email address is being protected from spambots. You need JavaScript enabled to view it.Office Address: PATUXENT RIVER, MD 20670-5000Place of Performance: Irvine, CA 92618Related Notices:
Click for official SAM (FBO) notice, additional information, and accompanying attachments
Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure F/A-18E/F Infrared Search and Track (IRST) Block II Environmental Control Unit (ECU) Weapon Replaceable Assemblies (WRAs). This ECU must be capable of providing adequate temperature control to the Infrared Receiver (IRR) and processor WRAs, procured on a separate contract vehicle than the ECU. In addition, the offeror must be capable of performing Acceptance Test Procedures (ATPs) on this specific WRA and troubleshooting any issue(s) at its facility. The offeror also may be required to design, build, or acquire Special Tooling Equipment (STE) if or when deemed necessary. The procurement is being pursued on a sole-source basis under the statutory authority 10 U.S.C. 2304(C)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy the requirements. As the Original Equipment Manufacturer (OEM) for the IRST ECU, Parker Meggitt has the manufacturing knowledge, experience, and technical data required to fulfil this requirement within the production time required for program schedule. This synopsis is for informational purposes only and is not a request for competitive proposals. Responsible sources may submit a capability statement via email to the Point of Contact (POC) listed below demonstrating their ability to perform the Governments requirement and shall provide proof of approved facility and personnel clearances necessary to meet the delivery schedule required within 15 days from the publication of this announcement. The Government will utilize the capability statements received solely to confirm the sole-source acquisition approach or to reconsider a competitive procurement. A determination not to compete this requirement is solely within the discretion of the Government. For small business or subcontracting opportunities, contact Parker Meggitt at (949)465-7700 ext. 1342. This pre-solicitation is a reposting of N00019-24-RFPREQ-TPM265-0512 (published 19-FEB-2025) and N00019-24-RFPREQ-TPM265-0512 (published 05-JUN-2024). In addition to this pre-solicitation notice, the Government has also issued a sources sought notice to determine if any other sources have the potential to fulfill this requirement. Any responses to the sources sought will be reviewed and may impact the Government's acquisition decisions as they relate to this requirement.