Inertial Navigation Unit (5K TALIN)

SOL #: SPRDL1-25-R-0167Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA LAND WARREN
WARREN, MI, 48397, United States

Place of Performance

Place of performance not available

NAICS

Search (334511)

PSC

Navigational Instruments (6605)

Set Aside

No set aside specified

Timeline

1
Posted
May 29, 2025
2
Last Updated
Apr 20, 2026
3
Submission Deadline
Jul 18, 2025, 8:30 PM

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 Defense Logistics Agency (DLA) Land Warren is procuring Inertial Navigation Units (NSN 6605-01-708-4491, Mfr Part Number 13105162) for the U.S. Army. This is an Other Than Full and Open Competition procurement, justified as sole-sourced to Honeywell International Inc. or its authorized dealers, under a Firm Fixed-Price contract. The procurement is for the 5K Tactical Advanced Land Inertial Navigator (5K TALIN) with Container, used on Bradley Fighting Vehicles Systems (BFVS).

Scope of Work

  • Item: INERTIAL NAVIGATION UNIT (5K TALIN with Container)
  • NSN: 6605-01-708-4491
  • Manufacturer: Honeywell International Inc. (CAGE: 0BFA5)
  • Part Number: 13105162
  • Quantities: 54 units (Production Quantity, CLIN 0001AA) and an unexercised option for 54 units (CLIN 0002AA), totaling 108 units.
  • Packaging: LEVEL PRESERVATION: Military, LEVEL PACKING: B.
  • Inspection/Acceptance: At Origin.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Delivery: FOB Destination, within 300 days after contract award or option award.
  • Competition: Other Than Full and Open Competition, justified under 10 U.S.C. 3204(a)(1) / FAR 6.302-1 (Only One Responsible Source). Market research (Sources Sought Synopsis, web research) did not identify other qualified sources.
  • Small Business: The contract will include FAR clauses to maximize small business subcontracting opportunities and utilization.

Submission & Evaluation

  • Submission: Proposals or quotes are to be submitted via email to the Contract Specialist listed on the solicitation.
  • Offer Due Date: July 25, 2025, at 06:30 AM local time.
  • Evaluation: Not detailed for competitive proposals, as this is a sole-source procurement. The J&A notes the government does not own data rights, and reverse engineering would be uneconomical.

Additional Notes

  • The solicitation (SPRDL1-25-R-0167) was issued on June 23, 2025.
  • Technical Data Packages (TDPs) are not included with this solicitation; vendors are directed to SAM.gov for access if available.
  • Electronic submission of proposals is required.
  • The J&A document was posted on April 20, 2026, justifying the sole-source award.

People

Points of Contact

Muhammad KahPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Justification
Posted: Apr 20, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jun 23, 2025
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 29, 2025
Redacted Justification and Approval (J&A) | GovScope