Skip to content
Department of Defense

BAE EECU/Super AMATS Test Bench

Solicitation: N00019-25-RFPREQ-APM276-0078
Notice ID: 815d1748aa3a43b7a7d982a035b87977
TypePresolicitationNAICS 336413PSC1680DepartmentDepartment of DefenseAgencyDept Of The NavyStateNYPostedFeb 20, 2026, 12:00 AM UTCDueMar 06, 2026, 09:00 PM UTCCloses in 11 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Mar 06, 2026. Industry: NAICS 336413 • PSC 1680.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$352,796,345
Sector total $20,371,516,771 • Share 1.7%
Live
Median
$99,875
P10–P90
$29,555$941,079
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.7%
share
Momentum (last 3 vs prior 3 buckets)
+3094%($331,378,265)
Deal sizing
$99,875 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NY
Live POP
Place of performance
Endicott, New York • United States
State: NY
Contracting office
Patuxent River, MD • 20670-5000 USA

Point of Contact

Name
Robert Clark
Email
robert.f.clark186.civ@us.navy.mil
Phone
3019978867
Name
Jeanette Moronta
Email
jeanette.p.moronta.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR HQS • NAVAL AIR SYSTEMS COMMAND
Contracting Office Address
Patuxent River, MD
20670-5000 USA

More in NAICS 336413

Description

  1. 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.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.