DoD Awards $31.5M for Avionics Spares to Rockwell Collins, Raising Competition Concerns

Contract Overview

Contract Amount: $31,453,736 ($31.5M)

Contractor: Rockwell Collins, Inc.

Awarding Agency: Department of Defense

Start Date: 2024-03-07

End Date: 2025-06-30

Contract Duration: 480 days

Daily Burn Rate: $65.5K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: SPARES DELIVERY ORDER FOR AVIONICS EQUIPMENT

Place of Performance

Location: CEDAR RAPIDS, LINN County, IOWA, 52498

State: Iowa Government Spending

Plain-Language Summary

Department of Defense obligated $31.5 million to ROCKWELL COLLINS, INC. for work described as: SPARES DELIVERY ORDER FOR AVIONICS EQUIPMENT Key points: 1. Significant award for critical avionics spares. 2. Sole-source award to Rockwell Collins limits competitive pricing. 3. Potential for higher costs due to lack of competition. 4. Impact on defense readiness and taxpayer value needs scrutiny.

Value Assessment

Rating: questionable

The award of $31.5 million for avionics spares is substantial. Without competitive bidding, it's difficult to assess if this price represents fair market value compared to similar contracts or industry benchmarks.

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 significantly limits price discovery and potentially leads to higher costs for the government.

Taxpayer Impact: The lack of competition in this sole-source award may result in taxpayers paying a premium for these essential avionics spares.

Public Impact

Ensures availability of critical avionics parts for military aircraft. Potential for increased defense spending due to non-competitive award. Highlights reliance on specific manufacturers for specialized equipment.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award
  • Lack of price competition
  • Potential for cost overruns

Positive Signals

  • Ensures supply of critical avionics equipment
  • Long-term contract provides stability

Sector Analysis

This contract falls within the aerospace and defense manufacturing sector, specifically focusing on aircraft parts. Spending in this area is often characterized by high R&D costs and specialized production, but competitive bidding is crucial for cost control.

Small Business Impact

The data indicates no specific set-aside for small businesses in this sole-source award. This means opportunities for small businesses in the supply chain or as potential competitors were likely missed.

Oversight & Accountability

The sole-source nature of this award warrants close oversight from the Defense Logistics Agency to ensure the price is justified and that future procurements explore competitive options.

Related Government Programs

  • Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Department of Defense Contracting
  • Defense Logistics Agency Programs

Risk Flags

  • Sole-source award limits competition.
  • Potential for inflated pricing.
  • Lack of transparency in price justification.
  • Dependency on a single supplier.
  • Missed opportunities for small business participation.

Tags

other-aircraft-parts-and-auxiliary-equip, department-of-defense, ia, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $31.5 million to ROCKWELL COLLINS, INC.. SPARES DELIVERY ORDER FOR AVIONICS EQUIPMENT

Who is the contractor on this award?

The obligated recipient is ROCKWELL COLLINS, INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (Defense Logistics Agency).

What is the total obligated amount?

The obligated amount is $31.5 million.

What is the period of performance?

Start: 2024-03-07. End: 2025-06-30.

What is the justification for awarding this contract on a sole-source basis, and what steps are being taken to ensure fair pricing?

The justification for a sole-source award typically involves unique capabilities or proprietary technology. The Defense Logistics Agency should provide documentation supporting this determination. Oversight should focus on validating the necessity of sole-sourcing and scrutinizing cost elements to ensure the price paid is reasonable and reflects fair market value, even without direct competition.

What are the potential risks to national security or operational readiness if Rockwell Collins is the sole provider of these avionics spares?

The primary risk is a lack of supply chain resilience and potential price gouging. If Rockwell Collins faces production issues or significantly raises prices, the DoD's ability to maintain its aircraft fleet could be compromised. This dependence also limits the government's leverage in negotiations and could impact long-term sustainment costs.

How does this sole-source award impact the overall effectiveness of the DoD's procurement strategy for avionics equipment?

Sole-source awards, while sometimes necessary, generally reduce the effectiveness of procurement strategies by eliminating competition, which is a key driver of cost savings and innovation. This award suggests a potential gap in the market or a failure to foster alternative suppliers, which could lead to less efficient spending and hinder the adoption of newer technologies.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingOther Aircraft Parts and Auxiliary Equipment Manufacturing

Product/Service Code: ELECTRIC WIRE, POWER DISTRIB EQPT

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

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: $31,453,736

Exercised Options: $31,453,736

Current Obligation: $31,453,736

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: SPRRA120D0001

IDV Type: IDC

Timeline

Start Date: 2024-03-07

Current End Date: 2025-06-30

Potential End Date: 2025-06-30 00:00:00

Last Modified: 2025-04-26

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