H9224120D0002-H9224124F0055
Delivery Order
Overview
Government Description
Phase 3 FMS. Includes support for lynx software artifacts, execution of work plan #3431 for the uk H-47ER project, and robustness testing and SCA execution for multiple components including mfmf, fmsa, fps, and sm under GC5180 uk PH3.
Awardee
Awarding / Funding Agency
Place of Performance
Cedar Rapids, IA 52498 United States
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Related Opportunity
Analysis Notes
Amendment Since initial award the Potential Award value has increased 11% from $19,247,183 to $21,419,220.
FMS This contract was partially or fully funded by foreign funds as part of the Foreign Military Sales (FMS) assistance program.
Sole Source This Delivery Order was awarded sole source to Rockwell Collins because the government believes that only one company can provide the product / service (FAR 6.302-1).
FMS This contract was partially or fully funded by foreign funds as part of the Foreign Military Sales (FMS) assistance program.
Sole Source This Delivery Order was awarded sole source to Rockwell Collins because the government believes that only one company can provide the product / service (FAR 6.302-1).
Rockwell Collins was awarded
Delivery Order H9224124F0055 (H92241-24-F-0055)
for Phase 3 Foreign Military Sales (FMS)
worth up to $21,419,220
by U.S. Special Operations Command
in August 2024.
The contract
has a duration of 2 years 9 months and
was awarded
through solicitation Common Avionics Architecture System (CAAS), Cockpit Management System (CMS), and Avionics Management System (AMS) development, production and sustainment
full & open
with
NAICS 334511 and
PSC R425
via sole source acquisition procedures.
Status
(Open)
Last Modified 12/27/24
Period of Performance
8/16/24
Start Date
5/31/27
Current End Date
5/31/27
Potential End Date
Obligations
$21.4M
Total Obligated
$21.4M
Current Award
$21.4M
Potential Award
Award Hierarchy
Indefinite Delivery Contract
Delivery Order
H9224120D0002-H9224124F0055
Subcontracts
Activity Timeline
Labor Services Billing
Annual labor billing rates and FTE reported for H9224120D0002-H9224124F0055
| Year | Services Invoiced | Hours | FTE | Blended Rate |
|---|---|---|---|---|
| 2024 | $300,969 | 1,942.0 | 0.9 | $154.98 |
Subcontract Awards
Disclosed subcontracts for H9224120D0002-H9224124F0055
Opportunity Lifecycle
Procurement history for H9224120D0002-H9224124F0055
Transaction History
Modifications to H9224120D0002-H9224124F0055
People
Suggested agency contacts for H9224120D0002-H9224124F0055
Competition
Number of Bidders
Not Applicable
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
None
IT Commercial Item Category
Not Applicable
Awardee UEI
SWBKVD2EKUH7
Awardee CAGE
84T51
Agency Detail
Awarding Office
H92241 AMSAM-SPK
Funding Office
H92241
Created By
chase.w.brasher.ctr@socom.mil
Last Modified By
chase.w.brasher.ctr@socom.mil
Approved By
chase.w.brasher.ctr@socom.mil
Legislative
Legislative Mandates
Materials, Supplies, Articles & Equipment
Performance District
IA-02
Senators
Charles Grassley
Joni Ernst
Joni Ernst
Representative
Ashley Hinson
Modified: 12/27/24