Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2026 SAM #8854
SOLICITATION NOTICE

16 -- BAE EECU/Super AMATS Test Bench

Notice Date
2/20/2026 7:34:47 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-RFPREQ-APM276-0078
 
Response Due
3/6/2026 1:00:00 PM
 
Archive Date
03/21/2026
 
Point of Contact
Robert Clark, Phone: 3019978867, Jeanette Moronta
 
E-Mail Address
robert.f.clark186.civ@us.navy.mil, jeanette.p.moronta.civ@us.navy.mil
(robert.f.clark186.civ@us.navy.mil, jeanette.p.moronta.civ@us.navy.mil)
 
Description
DESCRIPTION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES � IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS RFI. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS RFI WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE BETA.SAM WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFEROR(S) TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING THIS REQUIREMENT. INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT. The Naval Air Systems Command (NAVAIR), in support of the H-1 Program Office (PMA-276), intends to issue a contract procurement for an Engine Electronic Control Unit (EECU)/Super Analog Module Automated Test Stand (AMATS) Test Bench to be housed at BAE System Control (please insert City and State) and include services for open, inspect, test and check for part harvesting of obsolete EECU�s. In support of the Taiwan AH-1W Helicopter, the resultant contract will have fixed price (FP) clauses. 2.0 PURPOSE This contract will replace the existing, obsolete BAE Systems Control EECU test bench housed at BAE (insert City and State), The replacement test bench will be a Super Analog Module Automated Test Stand (AMATS). This contract will also provide services support to open, inspect, test and check EECU parts for spare harvesting to return to stock. 3.0 REQUESTED INFORMATION Responsible sources may submit a Letter of Intent (LOI) and a concept summary, which contains a detailed description of the effort(s) described in paragraph 2.0 written from a system solution perspective and outlines development concepts that ensure maximum utilization of infrastructure and platform integration elements that already exist. Prospective offerors should explain how they are able to work with the Government and the aircraft manufacturer to integrate the aforementioned efforts into the H-1 program. Each concept summary should address how the proposed contract meets the following requirements: 1. Description of the specific effort described in paragraph 2.0 with a listing of applicable FAR/DFARS clauses In addition, the interested party should have or had a working relationship with the AH-1W OEM (BAE Systems Control). 4.0 RESPONSES Data Markings. To complete its review, NAVAIR must be able to share an interested respondent�s information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data � Noncommercial Items (JAN 2025). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions (both the Letter in Intent (LOI) and the full response) must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. The Government will not reimburse any costs incurred to prepare responses to this notice. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. In order to receive classified information pertinent to this RFI, responding parties must submit an unclassified Letter of Intent (LOI), not to exceed twenty single-spaced pages. The LOI shall include the following information to verify credentials (do not submit classified information): 1. An UNCLASSIFIED description of the specific effort solution 2. CAGE code and Classified mailing Address 3. POC the receive additional information or clarification 4. POC to permit NAVAIR to obtain additional data to support analysis 5. Describe your company�s ability to manage and secure up to SECRET information. Record of Receipt. Responding parties must submit a record of receipt of the classified information to Mr. Robert Clark and Ms. Jeanette Moronta no later than 4:00 PM EST 03/06/2026. Full Response Submissions. Full response submissions to the above requested supporting unclassified data must be received no later than 4:00 PM EST 03/06/2026 to the following addresses � NAVAL AIR SYSTEMS COMMAND ATTN: Robert Clark (AIR-2.3.3.2.14) 48202 Bronson Road BLDG 2805 PATUXENT RIVER, MD 20670-1547 NAVAL AIR SYSTEMS COMMAND ATTN: Jeanette Moronta (AIR-2.3.3.2) 48202 Bronson Road BLDG 2805 PATUXENT RIVER, MD 20670-1547 Mr. Clark�s email address is robert.f.clark186.civ@us.navy.mil Ms. Moronta�s email address is jeanette.p.moronta.civ@us.navy.mil Provide full unclassified response via two hardcopies and two CD ROM with electronic media that is Microsoft Office 2010 compatible. It is requested that the response, regardless of its classification level have a page limit of 25 pages and must be in English. DO NOT SEND ANY CLASSIFIED INFORMATION VIA UNCLASSIFIED EMAIL. Classified information (up to SECRET) shall be in compliance with current DoD directives and procedures (i.e. DOD 5200.22-M, SECNAV M-5510.36, DOD 5200.01). Any unclassified questions regarding this RFI can be directed to Mr. Clark or Ms. Moronta at the above-mentioned email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/815d1748aa3a43b7a7d982a035b87977/view)
 
Place of Performance
Address: Endicott, NY, USA
Country: USA
 
Record
SN07722600-F 20260222/260220230037 (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!  © 1994-2026, Loren Data Corp.