IRST Block II Full Rate Production (FRP) Environmental Control Unit (ECU)
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Feb 13, 2026. Industry: NAICS 336413 • PSC 5865.
Market snapshot
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 336413
Description
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 Government’s 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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.