Army/USMC awards $104M for 1,641 MAPS Gen II Systems to Rockwell Collins, Inc
Contract Overview
Contract Amount: $104,150,885 ($104.2M)
Contractor: Rockwell Collins, Inc.
Awarding Agency: Department of Defense
Start Date: 2024-07-31
End Date: 2026-05-30
Contract Duration: 668 days
Daily Burn Rate: $155.9K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: PROCUREMENT OF UP TO 1,641 MAPS GEN II SYSTEMS FOR THE US ARMY AND USMC
Place of Performance
Location: CEDAR RAPIDS, LINN County, IOWA, 52498
State: Iowa Government Spending
Plain-Language Summary
Department of Defense obligated $104.2 million to ROCKWELL COLLINS, INC. for work described as: PROCUREMENT OF UP TO 1,641 MAPS GEN II SYSTEMS FOR THE US ARMY AND USMC Key points: 1. Value for money assessed against similar navigation systems. 2. Competition dynamics indicate a sole-source award, potentially impacting price. 3. Risk indicators include reliance on a single supplier for critical systems. 4. Performance context is tied to the Army and Marine Corps' operational needs. 5. Sector positioning places this within defense electronics and navigation technology.
Value Assessment
Rating: fair
The contract value of $104.15 million for up to 1,641 MAPS Gen II Systems appears to be within a reasonable range for advanced navigation systems, though a direct per-unit cost comparison is difficult without more detailed system specifications. Benchmarking against similar military-grade navigation suites suggests this pricing is not excessively high, but the lack of competition limits the ability to definitively assess optimal value. The firm-fixed-price structure provides cost certainty for the government.
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 approach is typically used when a unique capability is required, or when only one source can meet the government's needs. The limited competition means there was no opportunity for price discovery through a bidding process, which could potentially lead to higher costs compared to a fully competed award.
Taxpayer Impact: Taxpayers may not benefit from the cost savings typically achieved through competitive bidding. The government's ability to negotiate the best possible price is constrained when only one supplier is considered.
Public Impact
The primary beneficiaries are the U.S. Army and U.S. Marine Corps, who will receive advanced navigation systems. The services delivered include the procurement of up to 1,641 MAPS Gen II Systems. The geographic impact is national, supporting military operations across various theaters. Workforce implications may include continued employment for engineers and technicians at Rockwell Collins and its subcontractors involved in manufacturing and support.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price negotiation and potential cost savings.
- Dependence on a single contractor for critical navigation technology.
- Potential for cost overruns if initial estimates do not account for all development and production factors.
Positive Signals
- Award to an established defense contractor with a track record in avionics and navigation.
- Firm-fixed-price contract provides cost certainty for the government.
- Delivery order structure allows for phased procurement and deployment.
Sector Analysis
The defense electronics sector is characterized by high R&D investment, stringent performance requirements, and long product lifecycles. Companies like Rockwell Collins are key players, providing sophisticated systems for military platforms. Spending in this area is driven by the need for technological superiority and operational effectiveness. Comparable spending benchmarks would involve other major defense procurements for avionics, communication, and sensor systems, often running into hundreds of millions or billions of dollars.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. There is no explicit information on subcontracting plans for small businesses. The sole-source nature of the award further reduces the likelihood of direct small business participation unless they are direct suppliers to Rockwell Collins. The impact on the small business ecosystem is likely minimal for this specific procurement.
Oversight & Accountability
Oversight for this contract will likely be managed by the Department of the Army's contracting and program management offices. Accountability measures are embedded in the firm-fixed-price contract terms and delivery schedules. Transparency is generally maintained through contract award databases, though specific technical details and pricing breakdowns may be sensitive. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Military Navigation Systems
- Avionics Procurement
- Department of Defense Electronics
- Army Aviation Support
- Marine Corps Equipment Modernization
Risk Flags
- Sole-source award
- Potential for price escalation
- Limited competition
Tags
defense, department-of-defense, army, marine-corps, rockwell-collins, navigation-systems, sole-source, firm-fixed-price, avionics, iowa, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $104.2 million to ROCKWELL COLLINS, INC.. PROCUREMENT OF UP TO 1,641 MAPS GEN II SYSTEMS FOR THE US ARMY AND USMC
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 $104.2 million.
What is the period of performance?
Start: 2024-07-31. End: 2026-05-30.
What is the specific capability difference between MAPS Gen I and MAPS Gen II systems, and how does this justify the sole-source award?
The Modular Active Protection System (MAPS) Gen II is an advanced navigation system designed to provide enhanced situational awareness and precise positioning for military vehicles and aircraft. While specific technical details differentiating Gen II from Gen I are often proprietary, it typically involves upgrades in processing power, sensor integration, communication capabilities, and resistance to jamming or spoofing. The sole-source award suggests that Rockwell Collins possesses unique intellectual property, specialized manufacturing capabilities, or has demonstrated a superior technological solution that meets the Army and Marine Corps' evolving operational requirements, making it the only viable source for this specific upgrade or system.
What is the historical spending trend for similar navigation systems procured by the Department of Defense?
Historical spending on military navigation systems by the Department of Defense has been substantial and consistent, reflecting the critical role these technologies play in modern warfare. Over the past decade, the DoD has invested billions in various navigation programs, including GPS-based systems, inertial navigation units, and multi-sensor fusion platforms. Spending fluctuates based on modernization cycles, technological advancements, and specific platform requirements (e.g., aircraft, ground vehicles, maritime vessels). Contracts for advanced systems often range from tens to hundreds of millions of dollars, with significant R&D components. The procurement of MAPS Gen II systems aligns with this trend of continuous investment in advanced navigation capabilities to maintain operational superiority and reduce reliance on vulnerable GPS signals.
What are the key performance metrics used to evaluate the success of the MAPS Gen II systems post-delivery?
Key performance metrics for the MAPS Gen II systems would likely include accuracy (e.g., position, velocity, time), reliability (Mean Time Between Failures - MTBF), availability, and operational readiness. Specific metrics might also encompass resistance to electronic warfare (jamming, spoofing), integration capabilities with other platform systems, power consumption, and environmental ruggedness (temperature, shock, vibration). The government will likely track system uptime, mission completion rates where the system was critical, and user feedback from operational units to assess overall performance against the contract's technical requirements and operational needs.
What is Rockwell Collins' track record with the Department of Defense for similar navigation or avionics contracts?
Rockwell Collins, now part of Collins Aerospace (a Raytheon Technologies company), has a long and extensive track record of supplying advanced avionics, communication, navigation, and electronic warfare systems to the Department of Defense and allied nations. They have been a prime contractor on numerous programs for the U.S. Air Force, Navy, Army, and Marine Corps, including integrated cockpit systems, communication radios, flight control systems, and various navigation suites. Their history includes delivering complex, high-reliability systems for a wide range of military platforms, demonstrating a strong capability in meeting stringent DoD requirements and performance standards. This established relationship and proven performance likely contributed to their selection for the MAPS Gen II systems.
Are there any identified risks associated with the sole-source procurement of these navigation systems?
Yes, several risks are associated with sole-source procurements. The primary risk is the potential for inflated pricing due to the lack of competitive pressure, which can lead to less favorable value for taxpayer money. Another significant risk is vendor lock-in, where the government becomes heavily reliant on a single supplier, potentially limiting future flexibility in technology upgrades or sourcing. There's also a risk that without competition, the contractor may have less incentive to innovate or improve efficiency beyond meeting the minimum contract requirements. Finally, if the sole-source contractor experiences financial difficulties or production issues, it could severely disrupt the supply chain for these critical systems.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
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: $104,150,885
Exercised Options: $104,150,885
Current Obligation: $104,150,885
Actual Outlays: $5,900,900
Subaward Activity
Number of Subawards: 13
Total Subaward Amount: $1,989,287
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: W56KGY22D0004
IDV Type: IDC
Timeline
Start Date: 2024-07-31
Current End Date: 2026-05-30
Potential End Date: 2026-05-30 12:05:00
Last Modified: 2025-06-26
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 Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)