DoD's $324.7M CRIIS Phase II EMD Contract with Rockwell Collins Faces Scrutiny Over Competition and Value

Contract Overview

Contract Amount: $324,709,102 ($324.7M)

Contractor: Rockwell Collins, Inc.

Awarding Agency: Department of Defense

Start Date: 2010-08-17

End Date: 2025-05-31

Contract Duration: 5,401 days

Daily Burn Rate: $60.1K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: COST PLUS INCENTIVE FEE

Sector: Defense

Official Description: COMMON RANGE INTEGRATED INSTRUMENTATION SYSTEM (CRIIS) PHASE II EMD

Place of Performance

Location: CEDAR RAPIDS, LINN County, IOWA, 52498

State: Iowa Government Spending

Plain-Language Summary

Department of Defense obligated $324.7 million to ROCKWELL COLLINS, INC. for work described as: COMMON RANGE INTEGRATED INSTRUMENTATION SYSTEM (CRIIS) PHASE II EMD Key points: 1. The contract's significant value raises questions about cost-effectiveness given the pricing structure. 2. Limited competition post-exclusion of sources may have impacted price discovery. 3. Potential risks include cost overruns and performance issues due to the CPIF contract type. 4. The sector is critical for naval operations, highlighting the importance of efficient spending.

Value Assessment

Rating: questionable

The Cost Plus Incentive Fee (CPIF) structure can lead to cost overruns if not managed tightly. Benchmarking against similar complex instrumentation systems is difficult without more granular data, but the total value suggests a need for rigorous oversight.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited initial competition. This method can restrict the pool of potential bidders and potentially lead to higher prices than a truly open competition.

Taxpayer Impact: The limited competition and CPIF structure raise concerns about taxpayer value, as the government may not be achieving the lowest possible price for this critical system.

Public Impact

Impacts naval search, detection, and navigation capabilities. Potential for cost overruns could divert funds from other defense priorities. Ensuring the system meets performance requirements is crucial for operational effectiveness.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Defense sector, specifically in the manufacturing of advanced navigation and guidance systems. Spending in this area is often high due to technological complexity and national security requirements. Benchmarks are difficult without specific system comparisons.

Small Business Impact

The data indicates this contract was awarded to Rockwell Collins, Inc., and does not specify any subcontracting to small businesses. Further analysis would be needed to determine if small business participation goals were met.

Oversight & Accountability

The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' and CPIF contract type warrant close oversight to ensure cost control and performance. Regular reviews of contractor performance and spending are essential.

Related Government Programs

Risk Flags

Tags

search-detection-navigation-guidance-aer, department-of-defense, ia, definitive-contract, 100m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $324.7 million to ROCKWELL COLLINS, INC.. COMMON RANGE INTEGRATED INSTRUMENTATION SYSTEM (CRIIS) PHASE II EMD

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 $324.7 million.

What is the period of performance?

Start: 2010-08-17. End: 2025-05-31.

What specific criteria led to the exclusion of other sources, and how did this impact the final contract price?

The exclusion of sources likely stemmed from specific technical requirements or prior development phases that favored certain contractors. Without detailed documentation on this exclusion process, it's difficult to definitively assess its impact on price discovery. However, such exclusions generally limit competitive pressure, potentially leading to less favorable pricing for the government compared to a fully open bid.

How is the incentive fee structure being applied, and what are the key performance metrics driving potential fee adjustments?

The incentive fee structure under a CPIF contract is designed to align contractor and government interests by rewarding performance above target costs or schedule milestones. Key metrics typically include technical performance, delivery schedules, and cost control. The specific metrics and target ranges for this contract would need to be reviewed to understand how they influence the final cost and contractor motivation.

What is the projected total cost variance based on current performance trends, and how does it compare to similar complex system development contracts?

Projecting total cost variance requires ongoing monitoring of the contract's performance against its baseline. Given the CPIF structure and long duration, there's inherent risk of cost growth. A comparative analysis against similar complex system development contracts would be valuable, but requires access to detailed cost performance data and industry benchmarks, which are not provided here.

Industry Classification

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

Product/Service Code: COMM/DETECT/COHERENT RADIATION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: ALTERNATIVE SOURCES

Offers Received: 2

Pricing Type: COST PLUS INCENTIVE FEE (V)

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, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $454,304,633

Exercised Options: $340,298,547

Current Obligation: $324,709,102

Actual Outlays: $2,670,086

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2010-08-17

Current End Date: 2025-05-31

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

Last Modified: 2025-07-30

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