DoD Awards $25.4M for JHMCS Helmet Systems to Collins Elbit Vision Systems, LLC

Contract Overview

Contract Amount: $25,461,492 ($25.5M)

Contractor: Collins Elbit Vision Systems, LLC

Awarding Agency: Department of Defense

Start Date: 2023-08-29

End Date: 2025-05-31

Contract Duration: 641 days

Daily Burn Rate: $39.7K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: JOINT HELMET MOUNTED CUEING SYSTEM (JHMCS)NSNS

Place of Performance

Location: FORT WORTH, TARRANT County, TEXAS, 76179

State: Texas Government Spending

Plain-Language Summary

Department of Defense obligated $25.5 million to COLLINS ELBIT VISION SYSTEMS, LLC for work described as: JOINT HELMET MOUNTED CUEING SYSTEM (JHMCS)NSNS Key points: 1. High value contract for critical defense technology. 2. Sole-source award raises questions about competition and pricing. 3. Potential risk associated with single supplier reliance. 4. Sector: Defense, specifically aerospace and defense systems.

Value Assessment

Rating: questionable

The award amount of $25.4M for JHMCS helmet systems appears significant. Without comparable contract data or detailed cost breakdowns, it's difficult to definitively assess if this pricing is competitive. The lack of competition in this sole-source award further complicates value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, indicating no other vendors were considered. This method limits price discovery and may not yield the best value for taxpayers, as competition is a key driver of cost efficiency.

Taxpayer Impact: The sole-source nature of this award means taxpayers may not be receiving the most cost-effective solution available, as competitive pressures were absent.

Public Impact

Ensures continued availability of advanced helmet-mounted cueing systems for military personnel. Supports critical mission capabilities for pilots and aircrews. Potential for increased costs due to lack of competitive bidding.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award
  • Lack of competition
  • Potential for overpricing

Positive Signals

  • Critical defense system
  • Long-term contract duration

Sector Analysis

This contract falls within the aerospace and defense sector, specifically manufacturing navigation and guidance systems. Spending in this area is often characterized by high R&D costs and specialized production, with significant government oversight.

Small Business Impact

There is no indication in the provided data that small businesses were involved in this sole-source award. Future solicitations should consider opportunities for small business participation.

Oversight & Accountability

The sole-source nature of this award warrants close oversight to ensure the contractor is meeting all performance requirements and that pricing remains reasonable throughout the contract period. Transparency in cost reporting would be beneficial.

Related Government Programs

  • Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Department of Defense Contracting
  • Defense Logistics Agency Programs

Risk Flags

  • Sole-source award limits competition.
  • Potential for inflated pricing due to lack of competition.
  • Reliance on a single vendor could pose supply chain risks.
  • Lack of transparency regarding cost justification.

Tags

search-detection-navigation-guidance-aer, department-of-defense, tx, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $25.5 million to COLLINS ELBIT VISION SYSTEMS, LLC. JOINT HELMET MOUNTED CUEING SYSTEM (JHMCS)NSNS

Who is the contractor on this award?

The obligated recipient is COLLINS ELBIT VISION SYSTEMS, LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $25.5 million.

What is the period of performance?

Start: 2023-08-29. End: 2025-05-31.

What is the justification for the sole-source award, and were any market research efforts conducted to identify potential competitors?

The justification for a sole-source award typically stems from unique capabilities, proprietary technology, or the absence of adequate competition. Detailed market research should have been performed to confirm the lack of viable alternatives. Understanding this rationale is crucial for assessing the necessity of bypassing the competitive bidding process and ensuring taxpayer funds are used appropriately.

How does the per-unit cost of these JHMCS systems compare to historical data or industry benchmarks for similar equipment?

Without access to historical contract data for JHMCS or benchmarks for comparable helmet-mounted cueing systems, a direct cost comparison is not possible. The Department of Defense should maintain internal databases or utilize industry analysis to validate the pricing of such specialized equipment, especially in sole-source situations, to ensure fair and reasonable costs.

What are the specific performance metrics and delivery schedules for this contract, and how will they be monitored to ensure effectiveness?

The contract specifies a delivery period from August 29, 2023, to May 31, 2025. Effectiveness will be monitored through adherence to these delivery schedules and the performance specifications outlined in the contract. The Defense Logistics Agency will likely employ quality assurance personnel and performance reviews to ensure the JHMCS systems meet all required operational standards.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingSearch, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

Product/Service Code: ELECTRICAL/ELECTRONIC EQPT COMPNTS

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: 4700 MARINE CREEK PARKWAY, FORT WORTH, TX, 76179

Business Categories: Category Business, Corporate Entity Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $50,853,544

Exercised Options: $50,853,544

Current Obligation: $25,461,492

Actual Outlays: $1,196,078

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: SPRWA117D0004

IDV Type: IDC

Timeline

Start Date: 2023-08-29

Current End Date: 2025-05-31

Potential End Date: 2025-05-31 00:00:00

Last Modified: 2025-05-13

More Contracts from Collins Elbit Vision Systems, LLC

View all Collins Elbit Vision Systems, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending