AARGM-ER Commercial Inertial Measurement Units

SOL #: N00019-26-RFPREQ-WPM242-0114Award NoticeSole Source

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

Minneapolis, MN

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

Guided Missile Components (1420)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 5, 2026
2
Last Updated
Apr 23, 2026

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 Naval Air Systems Command (NAVAIR) has awarded a sole source Firm Fixed Price (FFP) Order, N0001926F0151, to Honeywell International, Inc. for a life-of-type buy of obsolete commercial Inertial Measurement Units (IMUs). This procurement is critical to complete production for the Advanced Anti-Radiation Guided Missile – Extended Range (AARGM-ER) program.

Scope of Work

This order provides essential supplies to support the U.S. Navy, U.S. Air Force, the Italian Ministry of Defense, and Foreign Military Sales (FMS) requirements for AARGM-ER production. Specifically, it addresses the obsolescence of IMUs to ensure continued production and future sparing for the AARGM-ER program.

Contract & Timeline

  • Type: Firm Fixed Price (FFP) Order, N0001926F0151, under Basic Ordering Agreement (BOA) N0001921G0020
  • Awardee: Honeywell International, Inc.
  • Set-Aside: None (Sole Source)
  • Award Date: April 23, 2026
  • Place of Performance: Minneapolis, MN

Rationale for Sole Source

The acquisition was pursued on a sole-source basis under the authority of Title 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1, due to Honeywell being the Original Equipment Manufacturer (OEM) of the commercial IMUs. Honeywell possesses unique engineering data, technical skills, tooling, and knowledge required for these components. Competing this requirement would result in unacceptable delays (estimated 45 months) in fulfilling agency requirements, negatively impacting the All-Up-Round (AUR) delivery schedule and causing a production gap. Furthermore, the government has already incurred significant costs for the qualification and integration of Honeywell's IMUs, making procurement, requalification, and integration of an alternate component duplicative and cost-prohibitive.

Efforts to Solicit Offers

A Waiver of DFARS PGI 206.302-1 was approved, and a synopsis was posted to sam.gov on January 5, 2026. One response was received, but the suggested IMUs were not form/fit/function replacements and would have required extensive qualification efforts, significant non-recurring engineering (NRE) costs, and production delays. This response was deemed not capable.

Additional Notes

The Contracting Officer determined the anticipated cost to be fair and reasonable. NAVAIR currently has no plans to compete future contracts for these specific supplies and services but will assess feasibility if another potential source emerges.

People

Points of Contact

Hayley M. GrahamPRIMARY
Lisa MaplesSECONDARY

Files

Files

Download

Versions

Version 2Viewing
Award Notice
Posted: Apr 23, 2026
Version 1
Pre-Solicitation
Posted: Jan 5, 2026
View
AARGM-ER Commercial Inertial Measurement Units | GovScope