DoD awards $20.5M for C/KC-135 Avionics System Engineering Services to Rockwell Collins, Inc

Contract Overview

Contract Amount: $20,545,862 ($20.5M)

Contractor: Rockwell Collins, Inc.

Awarding Agency: Department of Defense

Start Date: 2024-08-01

End Date: 2025-07-31

Contract Duration: 364 days

Daily Burn Rate: $56.4K/day

Competition Type: NOT COMPETED

Pricing Type: FIXED PRICE LEVEL OF EFFORT

Sector: Defense

Official Description: THIS CONTRACT COVERS ALL THE REQUIREMENTS IN THE C/KC-135 AVIONICS SYSTEM ENGINEERING SERVICES (ASES) PERFORMANCE WORK STATEMENT (PWS), DD 1423-1 CONTRACT DATA REQUIREMENT LIST (CDRL) AND DOCUMENTS IDENTIFIED IN THE PWS.

Place of Performance

Location: CEDAR RAPIDS, LINN County, IOWA, 52498

State: Iowa Government Spending

Plain-Language Summary

Department of Defense obligated $20.5 million to ROCKWELL COLLINS, INC. for work described as: THIS CONTRACT COVERS ALL THE REQUIREMENTS IN THE C/KC-135 AVIONICS SYSTEM ENGINEERING SERVICES (ASES) PERFORMANCE WORK STATEMENT (PWS), DD 1423-1 CONTRACT DATA REQUIREMENT LIST (CDRL) AND DOCUMENTS IDENTIFIED IN THE PWS. Key points: 1. Contract focuses on essential avionics system engineering for C/KC-135 aircraft. 2. Performance period spans one year, indicating a focused scope of work. 3. Sole-source award suggests limited market availability or specific contractor expertise. 4. Fixed-price contract type aims to control costs for the government. 5. No small business set-aside, potentially limiting opportunities for smaller firms. 6. High dollar value for a single-year contract warrants scrutiny of efficiency.

Value Assessment

Rating: fair

The contract value of $20.5 million for one year of avionics system engineering services for the C/KC-135 fleet appears substantial. Without direct comparable contract data for similar engineering services on this specific platform or comparable aircraft, it is difficult to benchmark the value definitively. However, the fixed-price contract type provides some cost certainty. The absence of competition in this sole-source award means there was no market pressure to drive down prices, which could indicate a less than optimal value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not competed. This indicates that the Department of the Air Force identified Rockwell Collins, Inc. as the only responsible source capable of meeting the government's requirements. Reasons for sole-source awards can include unique capabilities, proprietary technology, or urgent needs where competition is not feasible. The lack of competition limits price discovery and may result in higher costs compared to a fully competed contract.

Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive bidding. Without multiple offers, there is less assurance that the government secured the best possible price for these critical engineering services.

Public Impact

The primary beneficiaries are the Department of the Air Force and the C/KC-135 fleet, ensuring continued operational readiness. Services delivered include avionics system engineering, crucial for maintaining and upgrading complex aircraft systems. The geographic impact is likely centered around Air Force bases operating the C/KC-135 aircraft. Workforce implications may involve specialized engineering talent employed by Rockwell Collins, Inc.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pricing and potentially increases costs for taxpayers.
  • Lack of transparency in the justification for sole-source award.
  • Potential for cost overruns if not closely managed due to lack of competitive pressure.

Positive Signals

  • Fixed-price contract type provides cost certainty for the government.
  • Award to an incumbent or known provider may ensure continuity of essential services.
  • Specific expertise of Rockwell Collins, Inc. in C/KC-135 avionics is likely leveraged.

Sector Analysis

This contract falls within the Engineering Services sector, specifically supporting aerospace and defense. The market for specialized avionics engineering services is often concentrated among a few key players due to the high technical expertise and security clearances required. The C/KC-135 is a long-standing platform, and ongoing engineering support is critical for its sustainment. Comparable spending benchmarks would typically involve other sustainment contracts for aging aircraft fleets, where engineering services form a significant component.

Small Business Impact

This contract was not awarded as a small business set-aside, nor does it appear to have specific subcontracting requirements for small businesses indicated in the provided data. This means that opportunities for small businesses to participate in this specific contract are likely limited to subcontracting roles directly with the prime contractor, Rockwell Collins, Inc., if they choose to engage them. The overall impact on the small business ecosystem for this particular award is minimal unless significant subcontracting occurs.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Air Force's contracting and program management offices. Accountability measures are inherent in the fixed-price contract structure, requiring Rockwell Collins, Inc. to deliver specified services within the agreed-upon price. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • C/KC-135 Fleet Sustainment Programs
  • Aerospace Engineering Services
  • Avionics Modernization Programs
  • Department of Defense Aircraft Maintenance Contracts

Risk Flags

  • Sole-source award without clear justification.
  • Potential for cost overruns due to lack of competition.
  • Limited transparency in contract award process.

Tags

defense, department-of-the-air-force, rockwell-collins, avionics, engineering-services, fixed-price-level-of-effort, sole-source, c-135, kc-135, iowa, delivery-order, sustainment

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $20.5 million to ROCKWELL COLLINS, INC.. THIS CONTRACT COVERS ALL THE REQUIREMENTS IN THE C/KC-135 AVIONICS SYSTEM ENGINEERING SERVICES (ASES) PERFORMANCE WORK STATEMENT (PWS), DD 1423-1 CONTRACT DATA REQUIREMENT LIST (CDRL) AND DOCUMENTS IDENTIFIED IN THE PWS.

Who is the contractor on this award?

The obligated recipient is ROCKWELL COLLINS, INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $20.5 million.

What is the period of performance?

Start: 2024-08-01. End: 2025-07-31.

What is Rockwell Collins, Inc.'s track record with C/KC-135 avionics systems?

Rockwell Collins, Inc. (now part of Collins Aerospace, a Raytheon Technologies company) has a long history of providing avionics and systems integration for military aircraft, including the C-130 and potentially the C-135 platforms. Their involvement typically spans development, modification, and sustainment engineering. Given the sole-source nature of this award, it strongly suggests they are the incumbent or possess unique, proprietary knowledge and capabilities essential for the C/KC-135 avionics system engineering. Historical performance data from previous contracts would be crucial to fully assess their reliability and effectiveness in delivering these services.

How does the $20.5 million value compare to similar avionics engineering contracts?

Benchmarking this $20.5 million contract value is challenging without specific comparable data for C/KC-135 avionics system engineering services. However, for large, aging military aircraft platforms, annual sustainment and engineering support contracts can range from several million to tens of millions of dollars, depending on the scope and complexity. The fixed-price nature of this contract provides a degree of cost control. The sole-source award, however, means there was no competitive pressure to establish a market-driven price, potentially making it higher than if it were competed. A detailed cost-benefit analysis comparing the scope of work to industry standards would be needed for a more precise valuation.

What are the primary risks associated with this sole-source contract?

The primary risks associated with this sole-source contract include potential overpricing due to the lack of competition, limited incentive for the contractor to innovate or find cost efficiencies beyond contractual requirements, and a potential over-reliance on a single provider. If Rockwell Collins, Inc. experiences performance issues or significant cost increases, the Air Force has limited immediate alternatives. Ensuring robust oversight, clear performance metrics, and strong contract management are critical to mitigating these risks and ensuring value for taxpayer money.

How effective is the C/KC-135 avionics system engineering in ensuring program effectiveness?

The effectiveness of this avionics system engineering contract is directly tied to the continued operational readiness and safety of the C/KC-135 fleet. These services are crucial for diagnosing and resolving complex avionics issues, implementing necessary upgrades, ensuring compliance with evolving regulations, and maintaining the aircraft's technological relevance. The performance of Rockwell Collins, Inc. in providing timely and accurate engineering solutions directly impacts the fleet's availability for critical missions. Without effective engineering support, the platform's lifespan and mission capability would be significantly compromised.

What are historical spending patterns for C/KC-135 avionics engineering support?

Historical spending patterns for C/KC-135 avionics engineering support would likely show consistent, significant investment over the aircraft's long service life. As the platform ages, the need for specialized engineering to maintain, repair, and upgrade increasingly complex avionics systems tends to grow. Spending may fluctuate based on major upgrade initiatives, obsolescence management requirements, or unforeseen technical challenges. Analyzing past contract awards for similar services to Rockwell Collins or other providers would reveal trends in annual expenditures and the overall lifecycle cost of supporting the C/KC-135 avionics.

What is the justification for the sole-source award, and does it align with FAR regulations?

The justification for a sole-source award, typically documented in a Justification and Approval (J&A) document, must align with Federal Acquisition Regulation (FAR) Part 6.302. Common justifications include that the property or services are available only from a limited number of responsible sources, or that the agency is the sole responsible source. For avionics engineering on a specific platform like the C/KC-135, this could be due to proprietary data, unique technical expertise held by Rockwell Collins, or the need for continuity with existing systems. A thorough review of the specific J&A is necessary to confirm compliance and the validity of the justification.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIXED PRICE LEVEL OF EFFORT (B)

Evaluated Preference: NONE

Contractor Details

Parent Company: Rockwell Collins Australia PTY Limited

Address: 400 COLLINS RD NE, CEDAR RAPIDS, IA, 52498

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: $20,545,862

Exercised Options: $20,545,862

Current Obligation: $20,545,862

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: FA810523DB001

IDV Type: IDC

Timeline

Start Date: 2024-08-01

Current End Date: 2025-07-31

Potential End Date: 2025-07-31 00:00:00

Last Modified: 2025-06-06

More Contracts from Rockwell Collins, Inc.

View all Rockwell Collins, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending