Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2022 SAM #7422
SOURCES SOUGHT

A -- Enhanced Digital Engine Control Unit (EDECU) in support of H-60 aircraft

Notice Date
3/25/2022 9:02:06 AM
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00383-22-NORFP-APM299-0246
 
Response Due
4/9/2022 2:30:00 PM
 
Point of Contact
Jessica L. Lee, Phone: 3017575261, Lynn E. Fletcher
 
E-Mail Address
jessica.l.lee71.civ@us.navy.mil, lynn.e.fletcher.civ@us.navy.mil
(jessica.l.lee71.civ@us.navy.mil, lynn.e.fletcher.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR) intends to prepare a Justification and Approval (J&A) for Other Than Full and Open Competition, in accordance with FAR 6.302-1(a)(2)(iii), �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements�, with Triumph Engine Control Systems, LLC . The purpose of the J&A is to authorize and approve the issuance of orders on an Indefinite Delivery, Indefinite Quantity (IDIQ) contract number N00383-22-Z-DR01 for the procurement of PMA-299 Enhanced Digital Engine Control Unit (EDECU). Triumph Engine Control Systems LLC �will �repair/upgrade the Enhanced Digital Engine Control Unit (EDECU) from all previous part numbers to latest variant part number of 4155T12P09. This upgrade replaces the 29 MnO2 Tantalum capacitors found on the Main Power Supply Board of older configurations with more reliable Polymer Tantalum capacitors on the Main Power Supply Board of the latest configuration. The capacitor change is needed to address a safety risk found on the older EDECU configurations. The ordering period is anticipated to be for five (5) years. Each individual order will have its own specific period of performance based on the requirement. The place of performance is anticipated to be at one or more of the following locations: West Hartford, CT. No other firm possess the required knowledge, experience, expertise, and proprietary technical and software data packages required to successfully fulfil these orders in a timely and cost effective manner. Responsible sources may submit a capability statement, which will be considered by the agency. Any offer must clearly demonstrate the capability to respond to this requirement without detriment to the H-60 Helicopter Program and must include personnel/resources specifically qualified to provide the supplies/services described. The capability statement must include the company�s approach to accomplish this effort in support of the H-60 Helicopter Program. This notice is not a request for proposals and does not imply or promise that the Government intends to award a contract vehicle as a result of this notice or in response to any capability statements received. The Government will not reimburse any costs incurred to prepare responses to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/54c0506b664f4e14bfe89967605deb95/view)
 
Place of Performance
Address: West Hartford, CT 06133, USA
Zip Code: 06133
Country: USA
 
Record
SN06280054-F 20220327/220326171931 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.