DoD awards $4.5M for modernized electronic sequencers, with Rockwell Collins Inc. as sole provider
Contract Overview
Contract Amount: $4,543,248 ($4.5M)
Contractor: Rockwell Collins Inc
Awarding Agency: Department of Defense
Start Date: 2024-03-05
End Date: 2025-09-30
Contract Duration: 574 days
Daily Burn Rate: $7.9K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: NATIONAL STOCK NUMBER 1377016188645ES MODERNIZED ACESS II ELECTRONIC SEQUENCER, EJECTION SEAT, AIRCRAFT
Place of Performance
Location: FAIRFIELD, SOLANO County, CALIFORNIA, 94533
Plain-Language Summary
Department of Defense obligated $4.5 million to ROCKWELL COLLINS INC for work described as: NATIONAL STOCK NUMBER 1377016188645ES MODERNIZED ACESS II ELECTRONIC SEQUENCER, EJECTION SEAT, AIRCRAFT Key points: 1. Contract awarded to a single, established supplier suggests potential for limited price negotiation. 2. The fixed-price contract structure shifts performance risk to the contractor. 3. Delivery order for aircraft ejection seat components indicates a critical safety-related procurement. 4. The contract duration of over a year suggests a sustained need for these components. 5. Procurement falls under explosives manufacturing, highlighting specialized defense industry needs.
Value Assessment
Rating: fair
Benchmarking the value of this specific electronic sequencer is challenging without comparable contract data for the 'MODERNIZED ACESS II ELECTRONIC SEQUENCER'. However, the $4.5 million award for a delivery order over approximately 1.5 years suggests a moderate per-unit cost, assuming a reasonable quantity. The firm fixed-price nature provides cost certainty for the government, but the lack of competition could lead to a less favorable price than if multiple vendors were involved.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, Rockwell Collins Inc., was solicited. This approach is typically used when a unique product or service is required, or when only one responsible source is available. The lack of competition means the government did not benefit from a bidding process that could drive down prices through market forces.
Taxpayer Impact: Sole-source awards limit the government's ability to secure the best possible price, potentially leading to higher costs for taxpayers compared to a competitively bid contract.
Public Impact
The primary beneficiaries are the U.S. Air Force, ensuring operational readiness of aircraft with critical safety components. Services delivered include the provision of modernized electronic sequencers essential for ejection seat functionality. The geographic impact is primarily within the United States, supporting Air Force bases and maintenance facilities. Workforce implications include the specialized manufacturing and technical expertise required by Rockwell Collins Inc. to produce these components.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing, potentially increasing costs for taxpayers.
- Lack of competition may reduce incentives for contractor innovation or efficiency improvements.
- Specific performance metrics and quality assurance details are not publicly detailed in this award notice.
Positive Signals
- Firm fixed-price contract provides cost certainty for the government.
- Award to an established contractor like Rockwell Collins Inc. suggests a degree of reliability and existing expertise.
- Modernization of critical safety equipment like ejection seat sequencers enhances aircraft safety and operational effectiveness.
Sector Analysis
The aerospace and defense sector is characterized by high technological complexity and significant government investment. Contracts for specialized aircraft components, such as electronic sequencers for ejection seats, represent a niche but critical segment. Spending in this area is driven by the need for advanced safety features, operational readiness, and the lifecycle management of military aircraft. Comparable spending benchmarks would typically involve other sole-source or limited-competition awards for similar high-value, specialized aviation parts.
Small Business Impact
This contract does not appear to include a small business set-aside. Given the sole-source nature and the specialized product, it is unlikely that subcontracting opportunities for small businesses would be mandated or readily available unless initiated by the prime contractor, Rockwell Collins Inc., as part of their internal supply chain management.
Oversight & Accountability
Oversight for this delivery order would typically fall under the Department of the Air Force's contracting and program management offices. Accountability measures are inherent in the firm fixed-price contract, requiring delivery of specified goods. Transparency is limited by the sole-source nature of the award, with detailed justifications for the procurement approach usually residing within agency files. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Aircraft Component Procurement
- Ejection Seat Systems
- Defense Electronics Manufacturing
- Air Force Aviation Sustainment
- Sole-Source Defense Contracts
Risk Flags
- Sole-source award
- Potential for price escalation
- Supply chain dependency
Tags
defense, department-of-defense, department-of-the-air-force, rockwell-collins-inc, sole-source, firm-fixed-price, delivery-order, aircraft-components, ejection-seat, modernized-sequencer, california, explosives-manufacturing
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $4.5 million to ROCKWELL COLLINS INC. NATIONAL STOCK NUMBER 1377016188645ES MODERNIZED ACESS II ELECTRONIC SEQUENCER, EJECTION SEAT, AIRCRAFT
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 $4.5 million.
What is the period of performance?
Start: 2024-03-05. End: 2025-09-30.
What is the specific nature of the 'MODERNIZED ACESS II ELECTRONIC SEQUENCER' and why is it considered unique or only available from Rockwell Collins Inc.?
The 'MODERNIZED ACESS II ELECTRONIC SEQUENCER' is a critical component of an aircraft's ejection seat system, responsible for initiating and sequencing the ejection sequence in a safe and controlled manner. Its modernization likely involves updated technology, improved reliability, or enhanced performance characteristics compared to previous versions. The sole-source justification would typically stem from proprietary technology, unique design integration with specific aircraft platforms, or the contractor holding essential patents or manufacturing rights that preclude competition. Without further details from the contracting agency, the exact reasons for its uniqueness remain unspecified, but it implies a high degree of technical specificity and integration.
How does the $4.5 million award compare to historical spending on similar ejection seat components or Rockwell Collins Inc.'s previous contracts for this item?
Direct comparison of the $4.5 million award for this specific modernized electronic sequencer is difficult without access to detailed historical contract databases and specific product identifiers. However, Rockwell Collins Inc. (now part of Collins Aerospace, a Raytheon Technologies company) is a major supplier of aerospace electronics and defense systems. Their contracts for similar complex avionics and safety-critical components can range from hundreds of thousands to tens of millions of dollars, depending on the item, quantity, and contract type. This $4.5 million award for a delivery order over approximately 1.5 years suggests a significant investment in a key safety system, but its value relative to past procurements would require a deep dive into specific contract histories for this or directly comparable systems.
What are the key performance indicators (KPIs) or quality assurance measures associated with this contract to ensure the reliability of the ejection seat sequencers?
While the award notice itself does not detail specific Key Performance Indicators (KPIs) or quality assurance measures, contracts for safety-critical defense components like ejection seat sequencers typically include stringent requirements. These often involve adherence to military specifications (Mil-Specs), rigorous testing protocols (e.g., environmental stress screening, functional testing), and compliance with quality management systems such as AS9100. The firm fixed-price nature of the contract implies that Rockwell Collins Inc. is responsible for meeting all specified performance and quality standards. The Air Force's quality assurance representatives (QARs) would likely be involved in inspecting the delivered goods and verifying compliance before acceptance.
What is the potential risk associated with relying on a single supplier for such a critical aircraft component?
Relying on a single supplier for critical components like ejection seat sequencers presents several risks. Firstly, there's a risk of supply chain disruption due to unforeseen events affecting the sole contractor (e.g., financial instability, natural disasters, geopolitical issues). Secondly, the lack of competition can lead to price escalation over time, as the contractor faces less pressure to offer competitive pricing. Thirdly, it can create vendor lock-in, making it difficult and costly to switch suppliers even if a better alternative emerges. Finally, it might limit the government's leverage in negotiating terms or demanding rapid improvements or modifications.
How does this procurement fit into the broader context of Air Force modernization efforts or specific aircraft platform sustainment programs?
This procurement of modernized electronic sequencers likely aligns with broader Air Force initiatives focused on enhancing aircraft safety, extending the operational lifespan of existing platforms, and incorporating advanced technologies. Modernizing critical systems like ejection seats is crucial for maintaining pilot safety during flight operations and potential emergencies. It could be part of a larger sustainment program for specific aircraft types that are undergoing upgrades or are slated for continued service for many years. By ensuring the reliability and performance of these safety-critical components, the Air Force aims to reduce risks associated with aging fleets and maintain combat readiness.
Industry Classification
NAICS: Manufacturing › Other Chemical Product and Preparation Manufacturing › Explosives Manufacturing
Product/Service Code: AMMUNITION AND EXPLOSIVES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: RTX Corp
Address: 3530 BRANSCOMBE ROAD, FAIRFIELD, CA, 94533
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: $4,543,248
Exercised Options: $4,543,248
Current Obligation: $4,543,248
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: FA821319D0001
IDV Type: IDC
Timeline
Start Date: 2024-03-05
Current End Date: 2025-09-30
Potential End Date: 2025-09-30 00:00:00
Last Modified: 2026-01-08
More Contracts from Rockwell Collins Inc
- Federal Contract — $694.0M (Department of Defense)
- ARC-210 FY10-13 Production — $596.6M (Department of Defense)
- 200302!000006!5700!CZ46 !smc/Pkg LOS Angeles AFB !F0470102C0011 !A!N! !N! !20021106!20030930!060605883!962960589!962960589!n!rockwell Collins, Inc !400 Collins RD NE !cedar Rapids !ia!52498!12000!113!19!cedar Rapids !linn !iowa !+000005026814!n!n!000005026814!5826!radio Navigation Equipment, Airborne !A7 !electronics and Communication !3000!NOT Discernable or Classified !334220!E! !3! ! ! ! ! !99990909!B! ! !B! !a!u!j!2!003!b! !A!N!F! ! !N!C!N! ! ! !c!c!a!a!000!a!c!n! ! ! !Y! ! !0001! ! — $573.2M (Department of Defense)
- 200510!303493!1700!n00019!naval AIR Systems Command !N0001905C0050 !A!N! !N! ! !20050712!20070131!060605883!962960589!962960589!n!rockwell Collins, Inc !400 Collins RD NE !cedar Rapids !ia!52498!12000!113!19!cedar Rapids !linn !iowa !+000002915880!n!n!000282900632!5821!radio and TV Comm Equipment, Airborne !A7 !electronics and Communication Equip !000 !* !334290!A!A!3! ! ! ! ! !20200930!B! ! !A! !d!u!j!1!001!n!1a!z!n!z! ! !Y!C!N! ! ! !z!z!a!a!000!a!b!n! ! ! ! !1719!N00019!0001! ! — $410.2M (Department of Defense)
- E-6B Block I/ Ipbe Phase 3 MOD Kits — $405.0M (Department of Defense)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)