IRST Block II Full Rate Production (FRP) Environmental Control Unit (ECU)
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 Naval Air Systems Command (NAVAIR) at Patuxent River, MD, has issued a Sources Sought for IRST Block II Full Rate Production (FRP) Environmental Control Units (ECUs) for F/A-18E/F Weapon Replaceable Assemblies (WRAs). This market research aims to identify qualified businesses capable of producing these ECUs, which provide temperature control for Infrared Receiver (IRR) and Processor WRAs. Responses are due February 13, 2026.
Scope of Work
This effort anticipates a base year and two option years for FRP lots I, II, and III. The required ECU must effectively control temperature for separately procured IRR and Processor WRAs. Offerors must demonstrate the capability to perform automated test procedures (ATPs) on the WRA and conduct troubleshooting at their facility. Additionally, the offeror may be required to design, build, or acquire special tooling equipment (STE) as needed.
Contract & Timeline
- Type: Sources Sought / Market Research
- Duration: Base year + 2 option years (FRP lots I, II, III)
- Set-Aside: None specified
- Response Due: February 13, 2026, 4:00 PM EST
- Published: January 28, 2026
Evaluation
This is a market research tool to determine potential and eligible small and/or other than small business firms capable of providing the described supplies/services. The information gathered will inform the Government's method of acquisition and potential issuance of a future Request for Proposal (RFP). This is not an RFP, and the Government is under no obligation to award a contract.
Additional Notes
Interested businesses should submit a brief capabilities statement package (max ten 8.5 x 11 inch pages, 12-point font, 1.5 spaced, bullet format) demonstrating their ability to meet the requirements. Submissions must include Company Name, Address, CAGE Code, Business Size, and Point of Contact (POC) details. This Sources Sought is a reposting of previous notices (N00019-24-RFPREQ-TPM265-0512 and N00019-24-RFPREQ-TPM265-051). Direct questions and submissions to jeffrey.t.weathers3.civ@us.navy.mil.