Repair Enhanced Digital Engine Control (EDECU) Repair
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 U.S. Coast Guard Aviation Logistics Center (ALC) is seeking proposals for the repair of Enhanced Digital Engine Control Units (EDECU) for MH-60T aircraft. This is a combined synopsis/solicitation (RFQ), with an anticipated firm-fixed price purchase order awarded on a sole source basis to the Original Equipment Manufacturer (OEM), Triumph Engine Control Systems LLC, or an OEM-authorized facility. Quotations are due by March 24, 2026, at 2:00 PM Eastern Time.
Opportunity Overview
This Request for Quotation (RFQ) (Solicitation Number 70Z03826QJ0000077) is issued under FAR subpart 12.201 for commercial items. The requirement is unrestricted, with a NAICS code of 488190 (Aircraft Components and Accessories Repair, $40 million size standard). The government intends to award a sole-source contract due to Triumph Engine Control Systems LLC being the OEM and holding exclusive rights to necessary technical data, making it the only source capable of providing the required repair services.
Scope of Work
The contractor will be responsible for the repair of three (3) EDECU units (NSN 2995-01-680-3143, P/N 116007-05C5-17) used on MH-60T aircraft. Repairs must restore units to an airworthy condition, adhering to OEM functional performance specifications, procedures, and FAA Advisory Circular (AC) 43-4B for corrosion treatment. Services include:
- Teardown, Test and Evaluation (TTE) upon receipt (within 15 calendar days).
- Repair of units, including replacement of defective parts with new, manufacturer-compliant components.
- Handling of No Fault Found (NFF) and Beyond Economical Repair (BER) units with specific pricing.
- Compliance with OEM Component Maintenance Manuals (CMMs) and service bulletins.
- Maintaining OEM certification for modifications.
Contract Details & Requirements
The anticipated award is a firm-fixed price purchase order. Offerors must be the OEM or an OEM-authorized repair facility. Key requirements include:
- Providing a Certificate of Conformance (COC) per FAR 52.246-15, with full traceability to the manufacturer.
- Maintaining a quality system compliant with ISO 9001-2000 or equivalent.
- Providing a Component Repair Record (CRR) and failure data reports for each repaired unit.
- F.O.B. Destination is the requested delivery term.
- Note: No drawings, specifications, or schematics are available from the agency.
Submission & Evaluation
Quotations must be submitted via email to Austin.R.Ivins@uscg.mil and MRR-PROCUREMENT@uscg.mil, with "70Z03826QJ0000077" in the subject line. Bidders must complete Attachment 1 - Schedule with pricing for TTE/NFF, Repair, and BER/Scrap, including lead times and F.O.B. information. Attachment 3 - Terms and Conditions outlines applicable FAR clauses and specific requirements, noting that FAR 52.212-2 (Evaluation) is not applicable due to the sole-source expectation. Attachment 5 - Wage Determination Connecticut specifies minimum wage rates and fringe benefits for compliance.
Key Dates
- Quotations Due: March 24, 2026, at 2:00 PM Eastern Time.
- Anticipated Award Date: On or about March 26, 2026.
Attachments
- Attachment 1: Schedule for pricing.
- Attachment 2: Statement of Work.
- Attachment 3: Terms and Conditions, Instructions, and Evaluation Criteria.
- Attachment 4: Redacted Justification for Other Than Full and Open Competition.
- Attachment 5: Wage Determination Connecticut.