Washington, DC Bids > Bid Detail

Notice of Intent to Sole Source - HONEYWELL INTERNATIONAL, INC.

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159870478996612
Posted Date: Sep 5, 2023
Due Date:
Solicitation No: 20210PR230000036
Source: https://sam.gov/opp/35616ed237...
Follow
Notice of Intent to Sole Source - HONEYWELL INTERNATIONAL, INC.
Active
Contract Opportunity
Notice ID
20210PR230000036
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
5TH COAST GUARD DISTRICT OFFICE
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 05, 2023 02:59 pm EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 20, 2023
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Washington , DC 20593
    USA
Description

THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR COMPETITIVE PROPOSALS



1. Contracting Agency and Activity: The United States Coast Guard, Air Station Washington DC, intends to award a sole source Firm-Fixed Price contract to HONEYWELL INTERNATIONAL, INC. The anticipated period of performance is September 29th, 2023, to September 28th, 2024.





2. Description



Scope: The purpose of this acquisition is to acquire datalink communications and graphical weather services that are compatible with the Primus Epic/Elite avionics and flight management systems installed onboard the USCG’s Gulfstream C-37A and C-37B aircraft. The scope incorporates aircraft flight services, to include flight deck communication, information access, weather services, and flight tracking compatible with the Primus Epic/Elite equipment installed onboard the USCG’s Gulfstream C-37A and C-37B aircrafts. The Datalink Services and Graphical Weather Services are required for Air Station Washington to safely carry out the worldwide Long-Range Command and Control mission for the Department of Homeland Security, Commandant, and other senior government officials.





This contract will fall under NAICS code 336413. Performance Work Statement (PWS) will be attached.





3. Statutory Authority.



FAR 6.302-1: Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.





FAR 13.106-1(b)(1)(i): Soliciting from a single source.





(1) For purchases not exceeding the simplified acquisition threshold.





(i) Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization).







4. Reasons for Authority Cited:



Honeywell specializes in aircraft flight services, to include flight deck communication, information access, weather services, and flight tracking. These services are essential to conducting safe, reliable, and efficient on -demand transport for Air Station Washington’s unique mission requirements. Honeywell provides data that is a collaborated effort between Jeppesen (Aviation Charts) and Honeywell (avionics to display electronic charts). These aircraft flight services are necessary to utilize with the Primus Elite avionics equipment and the Honeywell flight Management Systems (FMS) installed onboard the C-37A and C-37B aircraft. Honeywell operates in tandem with their propriety hardware in order to provide the best navigation / datalink communication package. Other software is not compatible with the Honeywell equipment installed in the aircraft. Honeywell’s hardware is installed standard on Gulfstream aircraft and is the only service to offer a comprehensive package that includes datalink services across the VHF networks, as well as engine trend monitoring. The software is compatible and designed to function with the Honeywell Primus Epic Elite system installed on both aircraft. Other services offered are either not compatible, or do not offer all required services. The installation of Honeywell equipment on board is part of the aircraft certification process; alternate hardware installation is not an option. In order to overcome this barrier it would be necessary to remove the Epic Planeview system which is an integral part of the cockpit & installed standard on all Gulfstream G-V/550 aircraft. This would be an invasive removal that would complicate compatibility with other aircraft equipment. There are a limited number of datalink providers and Honeywell is the only provider that offers all required services compatible with the equipment installed onboard the C-37A and C-37B aircraft.







THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR COMPETITIVE PROPOSALS



No solicitation is available for this requirement. This notice of intent is not a request for competitive proposals. However, any firm that believes it can meet the requirements can submit a capability statement, which will be considered by the agency. Responses to this notice must provide clear and convincing evidence that competition would benefit the government, would not be prohibitively expensive or time-consuming, and that interested parties would be likely to participate. A potential offeror must show that they can not only supply the government’s needs as stated on the attached performance work statement, but must also show that they can go above the requirement. If a competitive procurement is to be conducted, the information obtained will be considered. It is entirely up to the Government to decide whether or not to compete the proposed procurement based on responses to this notice.



The Government will not be responsible for any costs incurred. Responses must be received via email to Tracy.L.Burr@uscg.mil by September 11, 2023. Responses sent via other means (i.e., via telephone call, facsimile transmission, etc.) will not be considered.



All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://www.sam.gov. Complete SAM registration means a registered Unique Entity ID and CAGE.


Attachments/Links
Contact Information
Contracting Office Address
  • 431 CRAWFORD ST
  • PORTSMOUTH , VA 23704
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 05, 2023 02:59 pm EDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >