Indicator, Bearing - Distance

SOL #: SPRRA2-26-F-0044Justification

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT HUNTSVILLE, AL
REDSTONE ARSENAL, AL, 35898-7340, United States

Place of Performance

Clearwater, FL

NAICS

Search (334511)

PSC

Guided Missile Remote Control Systems (1430)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 9, 2026
2
Last Updated
Mar 19, 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) Aviation at Huntsville, AL has posted a Justification for Other Than Full and Open Competition (JOFOC) for the sole source acquisition of Indicator, Bearing - Distance. This document, published March 19, 2026, supports RFP SPRRA2-25-R-0007 and the subsequent executed delivery order SPRRA2-26-F-0044, outlining the rationale for restricting competition for this critical component.

Purpose & Scope

This JOFOC details the requirement for Indicator Bearing - Distance (NSN/PN 1430-01-686-3957/13633093-2), classified under Product Service Code 1430 (Guided Missile Remote Control Systems). The acquisition is structured as a Firm Fixed Price (FFP) 5-Year Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. This posting serves as a transparency measure for a sole source decision that has already supported a specific RFP and delivery order, and is not a solicitation for new proposals.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) 5-Year IDIQ
  • Period of Performance: 5 years
  • Quantity: Minimum 106 units, Maximum 226 units
  • Estimated Value: Approved for a contract value over $15,000,000 not exceeding $100,000,000.
  • Place of Performance: Clearwater, FL

Justification & Eligibility

The acquisition was justified under 10 U.S.C. 3204(a)(1), citing that the item must be acquired directly from the manufacturer, Honeywell International Inc., due to engineering source approval requirements. Market research, including sources sought notices posted on April 15, 2024, and August 15, 2024, was conducted, which yielded three industry responses. However, the acquisition was restricted to the known source of supply with the necessary capabilities, aligning with AMSC 3B. The acquisition was expected to be synopsized on or about September 3, 2024.

Response Information

This document is a justification for a past or ongoing sole source action and not a current solicitation. Therefore, there are no proposal submission instructions or evaluation criteria for bidders. Interested parties seeking further information can contact the primary point of contact.

Key Dates & Contacts

People

Points of Contact

Cheyenne WrightPRIMARY
Jean Paul BretzSECONDARY

Files

Files

Download

Versions

Version 2Viewing
Justification
Posted: Mar 19, 2026
Version 1
Award Notice
Posted: Mar 9, 2026
View
Indicator, Bearing - Distance | GovScope