Redacted Justification & Approval (J&A)

SOL #: SPRDL1-25-R-0095JustificationSole Source

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
Feb 24, 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 Defense Logistics Agency (DLA) Land Warren has published a Justification & Approval (J&A) for a sole-source procurement of Inertial Navigation Units (INUs). This J&A outlines the intent to award a Firm-Fixed-Price contract to Honeywell International Inc. for NSN 6605-01-560-3408, part number HG9740CH2 / 13017975. This document is a justification for other than full and open competition and is not a solicitation for proposals.

Purpose & Scope

The procurement is for M150 INUs, which are self-contained units providing acceleration, velocity, and position data. These INUs are specifically required for the dismounted 120 millimeter Mortar Fire Control System Dismounted (MFCS-D) used in land vehicles, watercraft, or aircraft.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Item: Inertial Navigation Unit (INU), NSN 6605-01-560-3408, part number HG9740CH2 / 13017975
  • Quantity: Base quantity of 17 units with a 100% option quantity.
  • Authority: 10 U.S.C. 3204(a)(1) and FAR 6.302-1 (Only One Responsible Source).

Justification for Sole Source

Honeywell International Inc. is identified as the Original Equipment Manufacturer (OEM) and holds proprietary design rights for the required INU. The Government does not possess the necessary Technical Data Package (TDP) or specifications to facilitate competitive re-procurement. Market research, including a Sources Sought Notice, yielded no acceptable alternative responses, and no commercial equivalent or other qualified manufacturers were identified. Reverse engineering to develop a competitive TDP is deemed too complex and costly.

Eligibility / Set-Aside

This is a sole-source justification; therefore, no set-aside applies. The contract will include clauses to maximize small business opportunities and utilization in subcontracting.

Key Dates

  • Published Date: February 24, 2026

Contact Information

People

Points of Contact

Timothy NicholsPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: Feb 24, 2026
Redacted Justification & Approval (J&A) | GovScope