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 (USCG) Aviation Logistics Center (ALC) is seeking repair services for Enhanced Digital Engine Control Units (EDECUs) used on MH-60T aircraft. This is a Combined Synopsis/Solicitation (RFQ) for a firm-fixed price purchase order, anticipated to be 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 April 7, 2026, at 2:00 PM EDT.
Opportunity Overview
This Request for Quotation (RFQ) 70Z03826QJ0000077 is for the repair of three (3) EDECUs (NSN 2995-01-680-3143, P/N 116007-05C5-17). The requirement is unrestricted, but a Justification for Other Than Full and Open Competition (J&A) indicates a sole-source intent due to Triumph Engine Control Systems LLC holding exclusive rights to necessary technical data. However, other OEM-authorized repair facilities with proven capabilities are invited to submit offers. The applicable NAICS code is 488190 with a $40 million small business size standard.
Scope of Work
The contractor will perform repair services to restore EDECUs to an airworthy condition suitable for MH-60T aircraft. This includes initial evaluation, corrosion removal and treatment (per OEM specifications and FAA AC 43-4B), and adherence to OEM functional performance specifications and Component Maintenance Manuals (CMMs). Reused parts must be serviceable, and defective parts replaced with new, manufacturer-compliant components. A component is generally considered Beyond Economical Repair (BER) if repair costs exceed 65% of a new unit's price, with the USCG making the final determination.
Key Requirements & Deliverables
Offerors must maintain OEM certification for modifications and notify the Contracting Officer of any loss. Repaired components require a DD Form 1574 Serviceable Condition Code Tag, a Certificate of Airworthiness, and a Certificate of Conformance (COC) with full traceability. Serial number tracking and a Component Repair Record (CRR) detailing maintenance, parts, and service bulletins are mandatory. Contractors must maintain an ISO 9001-2000 or equivalent quality system and provide failure data reports. Pricing must be submitted on Attachment 1, covering Teardown, Test and Evaluation (TTE), Repair, and BER/Scrap line items, including lead times and F.O.B. information (Destination preferred).
Submission & Deadlines
Quotations must be submitted via email to Austin.R.Ivins@uscg.mil and MRR-PROCUREMENT@uscg.mil by April 7, 2026, at 2:00 PM EDT. The subject line must include "70Z03826QJ0000077". An award is anticipated on or about April 8, 2026.
Attachments
- Attachment 1 - Schedule: Pricing sheet for TTE, Repair, and BER/Scrap.
- Attachment 2 - Statement of Work: Detailed requirements for EDECU repair.
- Attachment 3 - Terms and Conditions: Applicable FAR clauses, quality assurance, packaging, invoicing, and delivery terms.
- Attachment 4 - Redacted Justification for Other Than Full and Open Competition: Rationale for anticipated sole-source award to Triumph.
- Attachment 5 - Wage Determination Connecticut: Minimum wage rates for contract work in Connecticut.