NASA awards Honeywell $2.48M for Navigation System Instruments, a sole-source contract ending Feb 2027
Contract Overview
Contract Amount: $2,476,361 ($2.5M)
Contractor: Honeywell International Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-01-05
End Date: 2027-02-26
Contract Duration: 417 days
Daily Burn Rate: $5.9K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: SEE SECTION J - ATTACHMENTS FOR THE COMPLETE STATEMENT OF WORK.
Place of Performance
Location: GLENDALE, MARICOPA County, ARIZONA, 85308
State: Arizona Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.5 million to HONEYWELL INTERNATIONAL INC. for work described as: SEE SECTION J - ATTACHMENTS FOR THE COMPLETE STATEMENT OF WORK. Key points: 1. Contract awarded to Honeywell International Inc. for navigation system instruments. 2. The contract is a sole-source award, raising questions about competition. 3. The firm fixed price contract aims to control costs for a critical aerospace component. 4. This spending falls within the broader IT and Defense sectors related to aerospace.
Value Assessment
Rating: fair
The contract value of $2.48M for a 417-day duration appears reasonable for specialized navigation instruments. However, without a competitive benchmark, it's difficult to definitively assess if this represents excellent value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award to Honeywell. This limits price discovery and may result in higher costs than a competitive process would yield.
Taxpayer Impact: Taxpayer funds are used for this sole-source contract, potentially at a premium due to the lack of competition.
Public Impact
Supports critical NASA missions requiring advanced navigation technology. Ensures continued operation and maintenance of essential aerospace systems. Potential for increased costs to taxpayers due to sole-source nature.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- Lack of transparency in the justification for sole-source.
- Potential for cost overruns without competitive pressure.
Positive Signals
- Addresses a specific need for specialized navigation instruments.
- Firm fixed price contract provides cost certainty for this award.
- Long-term relationship with a known supplier may ensure quality.
Sector Analysis
This contract falls under the 'Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing' NAICS code. Spending in this specialized aerospace manufacturing sector is often characterized by high R&D costs and limited suppliers, making sole-source awards more common.
Small Business Impact
There is no indication that small businesses were involved in this specific contract award. The prime contractor, Honeywell, is a large corporation, and the nature of the specialized equipment may not lend itself to subcontracting with small businesses.
Oversight & Accountability
The contract is managed by NASA, which has established oversight mechanisms. However, the sole-source nature of the award warrants close scrutiny to ensure fair pricing and necessity.
Related Government Programs
- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Potential for inflated pricing
- Limited transparency on justification
Tags
search-detection-navigation-guidance-aer, national-aeronautics-and-space-administr, az, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.5 million to HONEYWELL INTERNATIONAL INC.. SEE SECTION J - ATTACHMENTS FOR THE COMPLETE STATEMENT OF WORK.
Who is the contractor on this award?
The obligated recipient is HONEYWELL INTERNATIONAL INC..
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $2.5 million.
What is the period of performance?
Start: 2026-01-05. End: 2027-02-26.
What is the specific justification for awarding this contract as sole-source to Honeywell, and what steps were taken to ensure the price is fair and reasonable?
The justification for a sole-source award typically involves demonstrating that only one responsible source can provide the required supplies or services. NASA would need to document why competition was not feasible, such as unique capabilities, proprietary technology, or urgent needs. A thorough price analysis, comparing historical pricing, commercial item pricing, or independent government cost estimates, would be essential to ensure the price is fair and reasonable despite the lack of competition.
What are the potential risks associated with relying on a sole-source provider for critical navigation instruments, particularly regarding long-term availability and technological advancement?
Relying on a sole-source provider like Honeywell for critical navigation instruments carries risks of vendor lock-in, potentially leading to higher prices and less incentive for the vendor to innovate. Long-term availability could be jeopardized if Honeywell shifts strategic focus or discontinues product lines. Furthermore, the government may miss out on advancements from competing technologies that could offer improved performance or cost savings.
How does this contract contribute to NASA's overall mission effectiveness, and are there alternative solutions that could achieve similar results more cost-effectively?
This contract directly supports NASA's mission by providing essential navigation instruments, crucial for flight safety and mission success in aerospace operations. While the current contract ensures continuity, a review of the broader market for navigation technologies might reveal alternative solutions. Exploring whether newer, potentially more cost-effective technologies from other vendors could meet NASA's requirements would be beneficial for future procurement strategies.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: RESEARCH AND DEVELOPMENT › General Science and Technology R&D Services
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 80JSC025R0004
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Honeywell Safety Products USA, Inc.
Address: 19019 N 59TH AVE, GLENDALE, AZ, 85308
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,476,361
Exercised Options: $2,476,361
Current Obligation: $2,476,361
Actual Outlays: $495,272
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2026-01-05
Current End Date: 2027-02-26
Potential End Date: 2027-02-26 00:00:00
Last Modified: 2026-02-12
More Contracts from Honeywell International Inc.
- Federal Contract — $1.8B (Department of Defense)
- Tiger II Services and Hardware UCA — $1.2B (Department of Defense)
- Aircraft Engines/Engine Parts — $934.2M (Department of Defense)
- Non-Personal Services - Secondary Power Logistics Solution (spls) — $798.7M (Department of Defense)
- 200607!000110!5700!fa8626!asc/Lpk !FA862606C2065 !A!N! !N! ! !20060425!20070122!195908637!195908637!139691877!n!honeywell Intl !13350 US Highway 19 North !clearwater !fl!33764!12875!103!12!clearwater !pinellas !florida !+000000398530!n!n!000121531465!5895!miscellaneous Communication Equipment !A7 !electronics and Communication Equip !000 !NOT Discernable !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !c!n!j!1!001!n!1a!a!y!a! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! ! !0001! ! — $451.3M (Department of Defense)
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →