DoD Awards $12.19M Non-Recurring Engineering Contract to Honeywell for AN/AV-3M Systems

Contract Overview

Contract Amount: $12,188,639 ($12.2M)

Contractor: Honeywell International Inc.

Awarding Agency: Department of Defense

Start Date: 2024-09-03

End Date: 2027-12-31

Contract Duration: 1,214 days

Daily Burn Rate: $10.0K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: NON-RECURRING ENGINEERING FOR ANAV-3M

Place of Performance

Location: CLEARWATER, PINELLAS County, FLORIDA, 33764

State: Florida Government Spending

Plain-Language Summary

Department of Defense obligated $12.2 million to HONEYWELL INTERNATIONAL INC. for work described as: NON-RECURRING ENGINEERING FOR ANAV-3M Key points: 1. Significant investment in advanced navigation technology for the Navy. 2. Sole-source award to Honeywell raises questions about competition and potential cost savings. 3. Long-term contract duration (over 3 years) suggests a critical, ongoing need. 4. Focus on aeronautical and nautical systems highlights a specialized defense sector.

Value Assessment

Rating: questionable

The contract value of $12.19 million for non-recurring engineering is substantial. Without competitive bidding, it's difficult to assess if this price represents fair market value compared to similar engineering services for specialized defense systems.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a sole-source award to Honeywell International Inc. This lack of competition limits price discovery and may result in higher costs for taxpayers.

Taxpayer Impact: The absence of competition for this significant contract could lead to suboptimal pricing, impacting the efficient use of taxpayer funds.

Public Impact

Enhances critical navigation capabilities for naval aviation. Supports advanced technology development within the defense industrial base. Potential for increased operational effectiveness and safety for military personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition
  • Sole-source award
  • High contract value

Positive Signals

  • Critical technology development
  • Long-term commitment
  • Supports established prime contractor

Sector Analysis

This contract falls within the IT and Defense sectors, specifically focusing on the manufacturing of navigation, guidance, and control systems for aircraft. Spending in this niche area is often characterized by high R&D costs and limited supplier options.

Small Business Impact

The data indicates this contract was awarded to a large business (Honeywell International Inc.) and does not show any specific set-asides or participation goals for small businesses. Therefore, the direct impact on small businesses appears minimal.

Oversight & Accountability

The Department of the Navy awarded this contract, with oversight expected through their established procurement and program management processes. The sole-source nature warrants close scrutiny to ensure value and necessity.

Related Government Programs

  • Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Department of Defense Contracting
  • Department of the Navy Programs

Risk Flags

  • Sole-source award lacks competitive pricing.
  • Potential for inflated costs due to lack of competition.
  • Limited transparency on justification for sole-sourcing.
  • Long contract duration may not reflect evolving technological needs.
  • No indication of small business participation.

Tags

search-detection-navigation-guidance-aer, department-of-defense, fl, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $12.2 million to HONEYWELL INTERNATIONAL INC.. NON-RECURRING ENGINEERING FOR ANAV-3M

Who is the contractor on this award?

The obligated recipient is HONEYWELL INTERNATIONAL INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Navy).

What is the total obligated amount?

The obligated amount is $12.2 million.

What is the period of performance?

Start: 2024-09-03. End: 2027-12-31.

What is the justification for the sole-source award, and what steps were taken to ensure the price is fair and reasonable?

The justification for a sole-source award typically involves unique capabilities, proprietary technology, or urgent needs that only one contractor can meet. The Department of Defense should have conducted a thorough price analysis, potentially using historical data, independent cost estimates, or benchmarking against similar sole-source procurements to validate the $12.19 million price.

What are the long-term implications of relying on a sole-source provider for this critical navigation technology?

Long-term reliance on a sole-source provider can stifle innovation and create vendor lock-in, potentially leading to escalating costs and reduced flexibility. It also poses a risk if the sole provider faces financial difficulties or strategic shifts. The Navy should consider strategies for future competition or technology insertion to mitigate these risks.

How does this investment in AN/AV-3M systems align with the Navy's broader modernization goals and technological roadmap?

This investment likely supports the Navy's objective to maintain technological superiority in navigation and guidance systems, crucial for operational effectiveness and safety. Understanding the specific capabilities the AN/AV-3M provides and its integration into the fleet's architecture would clarify its strategic importance and alignment with modernization efforts.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingSearch, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

Product/Service Code: AEROSPACE CRAFT COMPONENTS AND ACCESSORIES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Honeywell Safety Products USA, Inc.

Address: 13350 US HIGHWAY 19 N, CLEARWATER, FL, 33764

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $17,026,049

Exercised Options: $17,026,049

Current Obligation: $12,188,639

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $65,750

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NOT OBTAINED - WAIVED

Parent Contract

Parent Award PIID: FA857620D0001

IDV Type: IDC

Timeline

Start Date: 2024-09-03

Current End Date: 2027-12-31

Potential End Date: 2027-12-31 00:00:00

Last Modified: 2025-12-11

More Contracts from Honeywell International Inc.

View all Honeywell International Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending