Synopsis/Solicitation for Controller, Air Temp - NSN: 2540-01-185-8217
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 United States Army Contracting Command - Detroit Arsenal (ACC-DTA) has issued a Combined Synopsis/Solicitation for a sole source, firm-fixed price (FFP), five-year Requirements Contract for Controller, Air Temp (NSN: 2540-01-185-8217). This action is intended for Canadian Commercial Corporation, subcontracted to Honeywell Limited. The offer due date has been extended to April 6, 2026.
Scope of Work
This opportunity is for the procurement of Controller, Air Temp, identified by NSN: 2540-01-185-8217 and Part Number: 624714-4-1. Key requirements include specific packaging and marking (Military/B), and pre-production approval/testing for Chemical Agent Resistant Coatings (CARC). Technical Data Packages (TDP) are available via SAM.gov, requiring a DD Form 2345 certification for access due to export control.
Contract Details
- Type: Sole Source, Firm-Fixed Price (FFP) Requirements Contract
- Duration: Five, one-year ordering periods, starting from contract award.
- Intended Awardee: Canadian Commercial Corporation (subcontracted to Honeywell Limited)
- NAICS Code: 336390 (Other Motor Vehicle Parts Manufacturing)
- Product Service Code: 2540 (Vehicular Furniture And Accessories)
- FOB Point: Destination
Submission & Evaluation
Proposals must be submitted electronically via email to the Contract Specialist and Contracting Officer. Email submissions have a 10 MB size limit, with multiple messages allowed. Acceptable formats include Microsoft Office products and Adobe PDF. Evaluation will be based on factors outlined in Section M, considering price and other factors for best value. Offerors must be registered in SAM.gov and acknowledge all amendments.
Important Notes
The original solicitation (W912CH-25-R-0135) was amended to extend the offer due date. All interested parties are responsible for periodically checking SAM.gov for any further amendments. Questions should be directed to Contract Specialist Christina Herbig at christina.a.herbig.civ@army.mil.