DoD's $16M Digital Recovery Sequencer Contract Awarded to Rockwell Collins Inc
Contract Overview
Contract Amount: $16,022,578 ($16.0M)
Contractor: Rockwell Collins Inc
Awarding Agency: Department of Defense
Start Date: 2010-01-20
End Date: 2012-04-01
Contract Duration: 802 days
Daily Burn Rate: $20.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: DIGITAL RECOVERY SEQUENCER
Place of Performance
Location: FAIRFIELD, SOLANO County, CALIFORNIA, 94533
Plain-Language Summary
Department of Defense obligated $16.0 million to ROCKWELL COLLINS INC for work described as: DIGITAL RECOVERY SEQUENCER Key points: 1. The contract value of $16.02M for the Digital Recovery Sequencer is a significant investment. 2. Rockwell Collins Inc. secured this contract, indicating their competitive position in this niche. 3. Potential risks include reliance on a single vendor and the effectiveness of the sequencer. 4. The sector appears to be defense-specific, likely related to specialized equipment manufacturing.
Value Assessment
Rating: fair
The contract value of $16.02M for 1 unit over 802 days suggests a high per-unit cost. Benchmarking against similar specialized defense equipment is difficult without more data, but the duration and nature of the item imply significant development or customization costs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which is positive for price discovery. However, the limited number of bids (1) is a concern, potentially indicating a lack of broad market interest or a highly specialized requirement that only a few firms could meet.
Taxpayer Impact: Taxpayer funds are being used for specialized defense equipment. While competition was sought, the low bid count warrants scrutiny to ensure value for money.
Public Impact
This contract supports the Department of the Navy's operational capabilities. The 'Digital Recovery Sequencer' suggests a role in advanced technological or logistical support. The duration of the contract (over two years) implies a complex or long-term need.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Low bid count despite full and open competition.
- Lack of detailed information on the 'Digital Recovery Sequencer' functionality.
- Potential for cost overruns given the contract duration and specialized nature.
Positive Signals
- Awarded under full and open competition.
- Contract awarded to a known defense contractor (Rockwell Collins Inc.).
Sector Analysis
The defense sector often involves highly specialized and technologically advanced equipment. Spending benchmarks for such niche items are difficult to establish, but contracts can range from millions to billions depending on complexity and quantity.
Small Business Impact
There is no indication that small businesses were involved in this contract, either as prime contractors or subcontractors. Further investigation would be needed to determine if opportunities were missed.
Oversight & Accountability
The contract was awarded by the Department of the Navy, part of the Department of Defense. Standard oversight mechanisms for defense contracts would apply, but specific details on accountability for this particular award are not provided.
Related Government Programs
- Explosives Manufacturing
- Department of Defense Contracting
- Department of the Navy Programs
Risk Flags
- Low bid count.
- Lack of detailed technical specifications.
- Potential for high per-unit cost.
- No indication of small business participation.
Tags
explosives-manufacturing, department-of-defense, ca, dca, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $16.0 million to ROCKWELL COLLINS INC. DIGITAL RECOVERY SEQUENCER
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 Navy).
What is the total obligated amount?
The obligated amount is $16.0 million.
What is the period of performance?
Start: 2010-01-20. End: 2012-04-01.
What is the specific function and criticality of the 'Digital Recovery Sequencer' to naval operations?
The specific function of the 'Digital Recovery Sequencer' is not detailed in the provided data. However, its designation as a 'sequencer' suggests a role in controlling or coordinating a series of operations or events, potentially in a complex system. Its criticality would depend on whether it supports essential mission functions or ancillary support systems, impacting readiness and operational effectiveness.
What factors contributed to only one bid being submitted under full and open competition?
Several factors could explain the single bid. The requirement might be highly specialized, requiring unique technical expertise or proprietary technology only possessed by Rockwell Collins Inc. Alternatively, the solicitation process might have had stringent pre-qualification criteria, or the contract terms (e.g., delivery schedule, performance requirements) may have deterred other potential bidders. Market conditions or the perceived profitability of the contract could also play a role.
How does the $16.02M cost for one unit compare to similar advanced technological equipment in the defense sector?
Without knowing the exact specifications and capabilities of the 'Digital Recovery Sequencer,' a direct cost comparison is challenging. However, for highly specialized defense systems, particularly those involving advanced electronics, software, and integration, costs in the millions of dollars for a single unit are not uncommon. The value is determined by its unique contribution to mission success and the absence of viable alternatives.
Industry Classification
NAICS: Manufacturing › Other Chemical Product and Preparation Manufacturing › Explosives Manufacturing
Product/Service Code: AMMUNITION AND EXPLOSIVES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: RTX Corp (UEI: 001344142)
Address: 3530 BRANSCOMBE RD, FAIRFIELD, CA, 08
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: $16,022,578
Exercised Options: $16,022,578
Current Obligation: $16,022,578
Contract Characteristics
Cost or Pricing Data: YES
Timeline
Start Date: 2010-01-20
Current End Date: 2012-04-01
Potential End Date: 2012-04-01 00:00:00
Last Modified: 2012-02-22
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)