DHS Coast Guard awards $12.86M to Rockwell Collins for MH-60T software integration
Contract Overview
Contract Amount: $12,860,424 ($12.9M)
Contractor: Rockwell Collins, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2022-08-15
End Date: 2026-04-30
Contract Duration: 1,354 days
Daily Burn Rate: $9.5K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: ARC-210 GEN 6 SOFTWARE MH-60T INTEGRATION.
Place of Performance
Location: CEDAR RAPIDS, LINN County, IOWA, 52498
State: Iowa Government Spending
Plain-Language Summary
Department of Homeland Security obligated $12.9 million to ROCKWELL COLLINS, INC. for work described as: ARC-210 GEN 6 SOFTWARE MH-60T INTEGRATION. Key points: 1. The contract is for essential software integration for the MH-60T helicopter fleet. 2. Rockwell Collins, Inc. is the sole awardee, raising questions about competition. 3. The firm fixed price contract type aims to control costs, but the lack of competition is a risk. 4. The engineering services sector is critical for defense and homeland security modernization.
Value Assessment
Rating: fair
The award amount of $12.86M for software integration appears reasonable given the complexity of aviation systems. However, without competitive bids, it's difficult to definitively assess if this represents the best value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award to Rockwell Collins, Inc. This limits price discovery and potentially leads to higher costs for taxpayers.
Taxpayer Impact: The lack of competition may result in a higher overall cost to taxpayers compared to a fully competed contract.
Public Impact
Enhances operational capabilities of the MH-60T helicopter fleet. Supports critical homeland security and maritime law enforcement missions. Ensures the technological relevance and safety of vital Coast Guard assets.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition.
- Potential for inflated pricing due to lack of bids.
Positive Signals
- Addresses critical software integration needs.
- Utilizes a firm fixed price contract.
Sector Analysis
This contract falls within the engineering services sector, specifically supporting aviation systems for the U.S. Coast Guard. Spending in this area is crucial for maintaining and modernizing national security assets.
Small Business Impact
The contract was awarded to Rockwell Collins, Inc., a large business. There is no indication of subcontracting opportunities for small businesses within the provided data.
Oversight & Accountability
The U.S. Coast Guard is responsible for oversight of this contract. The lack of competition warrants closer scrutiny to ensure fair pricing and effective execution.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Potential for cost overruns
- Vendor dependency
Tags
engineering-services, department-of-homeland-security, ia, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $12.9 million to ROCKWELL COLLINS, INC.. ARC-210 GEN 6 SOFTWARE MH-60T INTEGRATION.
Who is the contractor on this award?
The obligated recipient is ROCKWELL COLLINS, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Coast Guard).
What is the total obligated amount?
The obligated amount is $12.9 million.
What is the period of performance?
Start: 2022-08-15. End: 2026-04-30.
What is the justification for the sole-source award, and what steps were taken to ensure fair and reasonable pricing?
The justification for a sole-source award typically involves unique capabilities or proprietary technology. The agency should have conducted a thorough price analysis, potentially using historical data or independent cost estimates, to ensure the price was fair and reasonable despite the absence of competition. Documentation of this analysis is crucial for accountability.
What are the potential risks associated with relying on a single vendor for critical software integration?
Relying on a single vendor for critical software integration poses risks such as vendor lock-in, limited flexibility for future upgrades or changes, and potential price increases over time. It also makes the government vulnerable if the vendor experiences financial difficulties or decides to discontinue support for the product.
How will the effectiveness of this software integration be measured and validated by the Coast Guard?
Effectiveness will likely be measured through rigorous testing, operational deployment, and performance monitoring. Key performance indicators (KPIs) related to system stability, functionality, user feedback, and mission accomplishment will be tracked. Formal acceptance testing and post-implementation reviews will validate the integration's success.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
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: $12,860,424
Exercised Options: $12,860,424
Current Obligation: $12,860,424
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $58,170
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70Z03819DB2000005
IDV Type: IDC
Timeline
Start Date: 2022-08-15
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2025-09-30
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 Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)