- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
AARGM-ER Commercial Inertial Measurement Units
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MN. Response deadline: Feb 05, 2026. Industry: NAICS 336414 • PSC 1420.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 336414 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 336414
Description
Naval Air Systems Command (NAVAIR), Patuxent River, MD, intends to negotiate and award a sole source Order under an existing Basic Ordering Agreement to Honeywell International, Inc., for the efforts required to procure components required to complete production for the Advanced Anti-Radiation Guided Missile – Extended Range (AARGM-ER). This procurement will be for a life of type buy for obsolete commercial Inertial Measurement Units (IMUs) for the AARGM-ER.
These requirements will be procured in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements.” As the sole designer, developer and manufacturer of the AARGM-ER IMUs, Honeywell is the only source that currently possesses sufficient requisite knowledge, engineering expertise, integration information, and technical data required to perform these efforts. No other source has the technical qualification and necessary resources to perform the work described herein, nor will any other supplies or services satisfy the Government’s requirement.
This synopsis is published for informative purposes (THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS). Interested parties, however, may identify their interest and capability by responding to the requirement. The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Companies interested in subcontracting opportunities should contact Honeywell directly. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone responses will be accepted.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.