NOTICE OF INTENT TO AWARD BRAND NAME: Letterkenny Army Depot intends to issue a Brand Name supply contract for MFOM Electronic Unit Control’s NSN 2835-01- 483-2227, PN 13330591 for Letterkenny Army Depot, (LEMC).
ID: W911N2-25-R-0007Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

GUIDED MISSILE AND SPACE VEHICLE EXPLOSIVE PROPULSION UNITS, SOLID FUEL; AND COMPONENTS (1337)
Timeline
    Description

    The Department of Defense, through the Letterkenny Army Depot, intends to award a Brand Name supply contract for MFOM Electronic Unit Controls, specifically NSN 2835-01-483-2227, PN 13330591. This procurement aims to secure critical electronic control units essential for military operations, with a contract period spanning from May 2025 to May 2030, including a base year and four option years. Interested vendors must comply with stringent specifications and regulations, including unique item identification and adherence to Defense Federal Acquisition Regulation Supplement (DFARS) standards. Proposals are due by May 12, 2025, and interested parties should contact Kevin Duffy at kevin.a.duffy4.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@army.mil for further inquiries.

    Files
    Title
    Posted
    The document is an amendment to a federal solicitation, specifically concerning the contract W911N225R0007 from the Letterkenny Contracting Office. The primary purpose of this amendment is to correct the solicitation posting date and extend the response deadline. The posting date has been updated to April 7, 2025, while the new response deadline is set for April 28, 2025, at 10:00 A.M. Eastern Standard Time. The amendment reiterates that all other terms and conditions of the original solicitation remain unchanged. Prospective bidders are required to acknowledge receipt of this amendment to ensure their offers are considered valid. This amendment is a standard procedure within federal contracting to facilitate better opportunities for potential contractors, indicating government operations' commitment to transparency and thoroughness in the bidding process. Overall, the document underscores the procedural adjustments necessary to maintain an open and competitive procurement environment for government contracts.
    The document is an amendment (Amendment #2) to a solicitation issued by the Letterkenny Contracting Office, extending the response deadline for the solicitation identified as W911N225R0007 to May 12, 2025, at 10:00 A.M. Eastern Standard Time. It officially notifies contractors of this extension while confirming that all other terms and conditions of the solicitation remain unchanged. The amendment outlines the requirement for contractors to acknowledge the receipt of this amendment, specifying methods for doing so which include returning copies of the amendment or acknowledging it within their submitted offers. This document serves to facilitate participation in federal contracting by allowing potential contractors additional time to prepare their submissions. Overall, the purpose of this amendment is to enhance engagement in response to federal needs by providing an extended timeframe for offers.
    The Letterkenny Munitions Center is seeking to procure up to two Electronic Unit Controls (NSN 2835-01-483-2227, PN 13330591) annually through a base contract with four option years. These units must strictly adhere to the specified standards with no variations. The document outlines warranty requirements, stipulating that compliance certificates must accompany each shipment. It mandates that the contractor utilize commercially acceptable methods for preservation, packaging, and delivery to ensure that the units arrive in good condition at the designated location during specified hours. Additionally, the contractor must adhere to security and safety standards, complying with LEAD P 385-4. The completion of all outlined requirements will determine final acceptance of the products. A point of contact will be established upon award, emphasizing the importance of clear communication with the awarded contractor. This RFP reflects the government’s ongoing efforts to secure specialized electronic control units essential for military operations, ensuring compliance with rigorous specifications and safety protocols.
    The Letterkenny Army Depot plans to issue a Brand Name supply contract for MFOM Electronic Unit Control (NSN 2835-01-483-2227, PN 13330591), manufactured by Simmonds Precision Products, Inc DBA Collins Aerospace. This contract includes a base year and four option years (totaling 60 months) under solicitation number W911N2-25-R-0007, expected to be released around April 7, 2024. The acquisition will follow the authority of 10 U.S.C. 2304(c)(1), stating that only one responsible source is suitable for meeting its requirements. The NAICS code for this procurement is 334519 (Other Measuring and Controlling Device Manufacturing), with a size standard of 600 employees. Bids must be submitted by interested sources, and all offerors need to register in the System for Award Management (SAM) to qualify for the government contract. The synopsis serves to inform but does not bind the government, indicating interested parties should reach out via email for questions.
    This document outlines solicitation notes for contractors seeking federal awards. It emphasizes the requirement for Offerors to register in the System for Award Management (SAM) to be eligible for contracts, including notarized letters for new registrations and renewals. The submission of electronic annual representations and certifications within SAM is also mandated. Offerors are advised to submit their best prices without discussions and must comply with Amendment requirements to avoid proposal rejections. Payment will be executed via Electronic Funds Transfer through the Defense Finance and Accounting Services. The document specifies a 60-day proposal price validity, the necessity of signed proposals by authorized individuals, and outlines FOB Destination pricing. For dispute resolution, an AMC-Level Protest Program is available, encouraging resolution with the contracting officer prior to filing formal protests. This program aims to streamline conflict resolution and ensure timely adjudication of protests. The document serves as a guideline to enhance compliance and facilitate understanding of federal procurement processes.
    The document outlines a Request for Proposal (RFP) from the U.S. Army, specifically for electronic control units with strict specifications (NSN-2835-01-483-2227) applicable for the period from May 2025 to May 2030. It solicits sealed bids for the provision of these units and details several contractual obligations including unique identification and valuation requirements. The RFP specifies that submissions must comply with Defense Federal Acquisition Regulation Supplement (DFARS) standards regarding item identification. Moreover, the document sets forth clauses for contract performance such as packaging, delivery, inspection, and payment procedures, and outlines the penalties for non-compliance with contractual obligations. It emphasizes the importance of adhering to unique item identification methods for traceability and accountability. The proposal includes different line item options for the electronic control units, potentially extending over a five-year period, and requires that all offers from vendors are fully compliant and submitted by April 7, 2025, for consideration. This RFP reflects the Army's commitment to stringent procurement practices while ensuring the availability of critical military components through a competitive bidding process.
    Similar Opportunities
    48--CONTROL UNIT,REMOTE - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of control units, remote parts, and other replacement components. The contract requires the manufacture or refurbishment of specific electrical motors, with a focus on compliance with stringent quality assurance and inspection standards. These components are critical for maintaining operational readiness and supporting national defense initiatives. Interested vendors should note that the solicitation includes a firm fixed-price contract structure, with a total quantity of seven units required, and must contact Alison Bruker at 717-605-6447 or via email at alison.n.bruker.civ@us.navy.mil for further details and submission guidelines.
    20--ENGINE CONTROL UNIT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of Engine Control Units, specifically NSN 2010016719101. The requirement includes a total of 65 units, with 64 units to be delivered within 221 days and 1 unit within 60 days to the DLA Distribution. These Engine Control Units are critical components used in various marine applications, emphasizing their importance in maintaining operational readiness. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.
    Controller
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of 30 controllers, identified by NSN 5945-01-681-9839 and Manufacturer Part Number 12571091, under solicitation number SPRDL1-26-Q-0012. This opportunity is set aside for small businesses and includes an option for an additional 30 units, with all proposals required to be submitted electronically to the Contract Specialist, Kimberly Houghton. The controllers are critical components in electronic assembly manufacturing, and the contract will be awarded on a Firm Fixed Price basis, with delivery expected within 210 days post-award. Interested parties should contact Kimberly Houghton at kimberly.houghton@dla.mil or by phone at 586-230-8521 for further details and to access the Technical Data Package, which is source-controlled and requires a DD 2345 agreement for access.
    FUEL CONTROL,MAIN,T
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of a FUEL CONTROL, MAIN, T (NSN: 2910-01-329-3239 YP), specifically designed for use in military applications. The contract, which is a firm-fixed-price for one unit, requires compliance with various military standards, including AS9100 quality standards and military packaging regulations, ensuring that the product meets stringent safety and operational requirements. This procurement is critical for supporting Foreign Military Sales (FMS) and maintaining the operational readiness of defense systems. Interested parties must submit their quotations by January 5, 2026, and can contact Michelle L Parker at mcihelle.parker.2@us.af.mil or 385-519-8190 for further information.
    61--CONTROLLER,MOTOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of the CONTROLLER, MOTOR (NSN 6110014111367). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and an estimated 12 orders per year, with a guaranteed minimum quantity of 2 units. The controllers are critical components for electric wire and power distribution equipment, and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    59--ELECTRONIC COMPONEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 12 units of an electronic component identified by NSN 7H-5998-012394130. The procurement is for supplies that the Government intends to solicit and negotiate with only one source, as it has been determined that it is uneconomical to acquire the data or rights necessary for competitive procurement. This component is critical for military applications, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, interested vendors can contact Troy L. Cobaugh at (717) 605-1514 or via email at TROY.COBAUGH@NAVY.MIL.
    1 NSN 1G MAINTENANCE KIT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for a maintenance kit identified by National Stock Number (NSN) 5935-01-344-1073, aimed at providing stock replenishment coverage for military depots. This procurement involves a firm-fixed price, Indefinite Delivery Contract (IDC) with a five-year base period, and is set aside exclusively for small businesses under the SBA guidelines. The maintenance kit is critical for ensuring the operational readiness of military equipment, with an annual demand quantity of 39 units. Interested vendors can expect the solicitation to be available around November 20, 2025, and should direct inquiries to Taura Mitchell at taura.mitchell@dla.mil or by phone at 614-692-9361.
    10--DRIVE ASSEMBLY,ELEC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the DRIVE ASSEMBLY, ELECTRIC (NSN 1005015520376). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the critical nature of these components for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    MOTOR AC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of MOTOR AC units, with a focus on electrical motors as defined under NAICS code 335312. The contract requires compliance with specific quality assurance and inspection standards, and emphasizes the importance of item unique identification and valuation, as well as adherence to military specifications for packaging and marking. Interested vendors must submit their quotes by December 19, 2025, with delivery expected as soon as possible thereafter. For further inquiries, potential bidders can contact James Fleniken at 614-693-0847 or via email at JAMES.FLENIKEN@DLA.MIL.
    25--CONTROL BOX,ELECTRI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 30 units of the CONTROL BOX, ELECTRI (NSN 2540015868443). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 4 units. The CONTROL BOX is a critical component used in vehicular equipment, and items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.