DoD's $1.69B CH-47 Cockpit Upgrade Contract Awarded to Rockwell Collins Raises Value Concerns

Contract Overview

Contract Amount: $16,897,779 ($16.9M)

Contractor: Rockwell Collins, Inc.

Awarding Agency: Department of Defense

Start Date: 2021-09-28

End Date: 2026-11-26

Contract Duration: 1,885 days

Daily Burn Rate: $9.0K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: CH-47 IMPROVEMENT AND EVOLUTION OF THE CH-47F PLATFORM COCKPIT SYSTEM, TO INCLUDE ITS SUPPORT, IMPLEMENTATION, AND INTEGRATION FOR SUPPORTING AGENCIES SUCH AS AMSA

Place of Performance

Location: CEDAR RAPIDS, LINN County, IOWA, 52498

State: Iowa Government Spending

Plain-Language Summary

Department of Defense obligated $16.9 million to ROCKWELL COLLINS, INC. for work described as: CH-47 IMPROVEMENT AND EVOLUTION OF THE CH-47F PLATFORM COCKPIT SYSTEM, TO INCLUDE ITS SUPPORT, IMPLEMENTATION, AND INTEGRATION FOR SUPPORTING AGENCIES SUCH AS AMSA Key points: 1. The contract's sole-source nature limits price discovery and potentially inflates costs. 2. A lack of competition suggests potential risks to achieving optimal value for taxpayer funds. 3. The extensive contract duration of nearly five years warrants close monitoring for cost overruns. 4. Performance context is limited due to the 'not competed' award, making benchmarks difficult. 5. This contract positions Rockwell Collins as a key supplier for critical helicopter modernization. 6. The 'IA' contract type (Cost Plus Fixed Fee) can incentivize cost increases if not managed tightly.

Value Assessment

Rating: questionable

Benchmarking the value of this contract is challenging due to its sole-source award and the specialized nature of the CH-47 platform. Without competitive bids, it's difficult to ascertain if the fixed fee and cost reimbursement represent a fair market price. The long duration and cost-plus structure necessitate rigorous oversight to ensure costs remain controlled and that the final price reflects true value for the advanced cockpit systems being procured.

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 considered. This approach bypasses the competitive bidding process, which typically drives down prices and encourages innovation. While sole-source awards can be justified for unique capabilities or existing systems, they inherently reduce transparency and limit the government's ability to secure the best possible pricing through market forces.

Taxpayer Impact: The absence of competition means taxpayers may not benefit from the cost savings typically achieved through a bidding process, potentially leading to higher overall expenditure for this critical upgrade.

Public Impact

The primary beneficiaries are the U.S. Army aviation units relying on the CH-47 Chinook for heavy-lift and troop transport missions. The contract delivers essential upgrades to the CH-47F platform's cockpit systems, enhancing pilot situational awareness and operational effectiveness. Geographic impact is national, supporting Army aviation readiness across various operational theaters. Workforce implications include specialized engineering, manufacturing, and support roles within Rockwell Collins and its supply chain.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pressure on pricing.
  • Cost Plus Fixed Fee contract type can lead to cost escalation if not managed strictly.
  • Long contract duration increases exposure to potential cost overruns and scope creep.
  • Lack of competition makes independent value assessment difficult.

Positive Signals

  • Addresses critical modernization needs for a vital military asset.
  • Rockwell Collins is an established provider with expertise in avionics.
  • Contract aims to improve platform performance and safety.

Sector Analysis

The aerospace and defense sector is characterized by high R&D costs, long product lifecycles, and significant government procurement. Contracts for aircraft modernization, like this one for the CH-47 cockpit, are crucial for maintaining fleet readiness and technological superiority. The market for specialized avionics and cockpit systems is often dominated by a few key players due to the high barriers to entry, making sole-source or limited competition awards more common in this niche.

Small Business Impact

This contract does not appear to include specific small business set-asides. Given the sole-source nature and the specialized technical requirements, the prime contractor, Rockwell Collins, Inc., would be responsible for any subcontracting. Analysis of their subcontracting plan would be necessary to determine the extent of small business participation and its impact on the broader small business ecosystem within the aerospace manufacturing sector.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Army's contracting and program management offices. The Cost Plus Fixed Fee structure necessitates close monitoring of incurred costs against the fixed fee to ensure compliance and prevent overspending. Transparency may be limited due to the sole-source award, but contract performance reviews and audits by relevant oversight bodies, potentially including the Government Accountability Office (GAO) or the Department of Defense Inspector General (DoDIG), would be standard.

Related Government Programs

  • CH-47 Chinook Helicopter Program
  • Army Aviation Modernization Programs
  • Avionics and Cockpit Systems Procurement
  • Defense Contract Management Agency (DCMA) Oversight

Risk Flags

  • Sole Source Award
  • Cost Plus Fixed Fee Contract Type
  • Long Contract Duration
  • Lack of Competitive Bidding

Tags

defense, department-of-the-army, rockwell-collins, ch-47-chinook, cockpit-systems, avionics, helicopter-upgrade, sole-source, cost-plus-fixed-fee, major-contract, modernization, iowa

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $16.9 million to ROCKWELL COLLINS, INC.. CH-47 IMPROVEMENT AND EVOLUTION OF THE CH-47F PLATFORM COCKPIT SYSTEM, TO INCLUDE ITS SUPPORT, IMPLEMENTATION, AND INTEGRATION FOR SUPPORTING AGENCIES SUCH AS AMSA

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 Army).

What is the total obligated amount?

The obligated amount is $16.9 million.

What is the period of performance?

Start: 2021-09-28. End: 2026-11-26.

What is Rockwell Collins' track record with similar DoD cockpit upgrade contracts?

Rockwell Collins, now part of Collins Aerospace (a Raytheon Technologies company), has a long history of providing avionics and cockpit systems to the Department of Defense across various platforms. They have been involved in numerous upgrades for helicopters and fixed-wing aircraft, including previous work on the CH-47 program. Their experience typically includes developing integrated flight displays, navigation systems, and communication suites. While their technical capabilities are generally well-regarded, the specifics of past contract performance, including cost control and adherence to schedule on similar sole-source or sole-bid upgrades, would require detailed review of historical contract data and performance reports. Assessing their performance on this specific CH-47 improvement contract will be crucial given the contract type and duration.

How does the pricing structure (Cost Plus Fixed Fee) compare to industry standards for this type of upgrade?

The Cost Plus Fixed Fee (CPFF) contract type is common in defense procurement for complex development and integration efforts where the final costs are difficult to estimate precisely upfront. In a CPFF contract, the contractor is reimbursed for allowable costs plus a fixed fee representing profit. While it allows for flexibility, it shifts some cost risk to the government. Industry standards suggest that for mature platforms undergoing upgrades, competitive bidding often leads to more favorable pricing structures like Firm-Fixed-Price (FFP) or Fixed-Price Incentive (FPI). The CPFF structure here, especially in a sole-source context, warrants scrutiny to ensure the fixed fee is reasonable and that robust cost controls are in place to prevent unnecessary expenditures. Benchmarking the fee against similar sole-source CPFF contracts for avionics upgrades would be informative.

What are the primary risks associated with a sole-source award for this critical platform upgrade?

The primary risk of a sole-source award for the CH-47 cockpit upgrade is the lack of competitive pressure, which can lead to inflated prices and reduced incentive for the contractor to innovate or optimize costs. Without competing bids, the government has less leverage to negotiate favorable terms. This can also mask inefficiencies within the contractor's operations. Furthermore, it limits the government's ability to explore alternative solutions or technologies that might be offered by other qualified vendors. Over the long duration of this contract, these risks are amplified, potentially resulting in significant cost overruns and a suboptimal return on investment for the taxpayer. Ensuring stringent oversight and performance management becomes paramount.

What is the expected impact of these cockpit upgrades on CH-47 operational effectiveness and safety?

The upgrades to the CH-47F platform's cockpit system are expected to significantly enhance operational effectiveness and safety. Modernized cockpits typically feature integrated digital displays, improved navigation and communication systems, and enhanced situational awareness tools. These advancements allow pilots to better manage complex flight environments, reduce workload, and improve decision-making, particularly during critical phases of flight such as low-level operations, adverse weather, or combat scenarios. Enhanced data integration and display clarity can also lead to improved mission planning and execution, contributing to overall mission success rates and reducing the risk of accidents attributed to human factors or system limitations.

How does this contract's value compare to historical spending on CH-47 modernization efforts?

The $1.69 billion value of this specific contract for cockpit system improvements represents a substantial investment in the CH-47F platform. Historical spending on CH-47 modernization has been significant over its decades-long service life, encompassing various upgrades to engines, airframes, and avionics. Comparing this single contract's value requires context regarding the scope and technological advancements included. If previous cockpit upgrades were less comprehensive or utilized older technologies, this contract's value might be justified by the increased complexity and capabilities. However, without detailed historical data on the cost per upgrade or the specific improvements made in prior modernization phases, a direct comparison is difficult. The sole-source nature and CPFF structure also complicate direct value comparisons with competitively procured efforts.

Industry Classification

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

Product/Service Code: RESEARCH AND DEVELOPMENTC – National Defense R&D Services

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: RTX Corp

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: $16,897,779

Exercised Options: $16,897,779

Current Obligation: $16,897,779

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $146,718

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W58RGZ21D0067

IDV Type: IDC

Timeline

Start Date: 2021-09-28

Current End Date: 2026-11-26

Potential End Date: 2026-11-26 00:00:00

Last Modified: 2025-12-10

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