Search IDVs

H9224120D0002

Indefinite Delivery Contract

Overview

Government Description
CAAS system integration and modernization. Includes continued research, development, production, and sustainment of the Common Avionics Architecture System (CAAS), Cockpit Management System (CMS), and Avionics Management System (AMS) used on Army special operations aviation (ARSOA) aircraft. Tasks performed under this award include system integration and modernization, engineering support, program management, air vehicle computer development, avionics management system updates, software version upgrades (such as CAAS V10.0F2/10.4 and V8.5F2), test instrumentation pallet updates, test stands, and laboratory and Test Integration Platform (TIP) maintenance.
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$179,785,957 (90% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Cedar Rapids, Iowa 52498 United States.
Sole Source This IDC was awarded sole source to Rockwell Collins because the government believes that only one company can provide the product / service (FAR 6.302-1).
Recompete The following similar solicitation(s) may continue aspects of this idv: Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
Amendment Since initial award the Ordering Period End Date was extended from 07/16/25 to 01/16/26 and the Vehicle Ceiling has increased 43% from $126,000,000 to $179,785,958.
Rockwell Collins was awarded Indefinite Delivery Contract H9224120D0002 (H92241-20-D-0002) by U.S. Special Operations Command for CAAS System Integration & Modernization in July 2020. The IDC has a duration of 5 years 6 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 with 1 bid received. To date, $164,329,938 has been obligated through this vehicle with a potential value of all existing task orders of $171,049,886. The total ceiling is $179,785,957, of which 90% has been used. As of today, the IDC has a total reported backlog of $8,968,391 and funded backlog of $2,248,443.

DOD Announcements

Jul 2020: Collins Aerospace Inc., Cedar Rapids, Iowa, was awarded a $126,000,000 maximum indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee and cost-reimbursable contract (H92241-20-D-0002) in support of U.S. Special Operations Command (USSOCOM) for continued research, development, production and sustainment of the common avionics architecture system, avionics management system and cockpit management system used on Army special operations aircraft.  Fiscal 2020 operations and maintenance funds in the amount of $346,082 were obligated at the time of award.  The majority of the work will be performed in Cedar Rapids.  The contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1.  USSOCOM, Tampa, Florida, is the contracting activity.

Status
(Complete)

Modified 7/11/25
Period of Performance
7/16/20
Start Date
1/16/26
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$162.1M
Total Obligated
$164.3M
Current Award
$171.0M
Potential Award
95% Funded
$2.2M
Funded Backlog
$9.0M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

H9224120D0002

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under H9224120D0002

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating
Year Contracts Subcontracts Grants Subgrants


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under H9224120D0002

Subcontract Awards

Disclosed subcontracts for H9224120D0002

Opportunity Lifecycle

Procurement history for H9224120D0002

Transaction History

Modifications to H9224120D0002

People

Suggested agency contacts for H9224120D0002

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
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
DoD Claimant Code
None
Awardee UEI
SWBKVD2EKUH7
Awardee CAGE
84T51
Agency Detail
Awarding Office
H92241 AMSAM-SPK
Funding Office
H92241 AMSAM-SPK
Created By
petrina.v.stack.civ@socom.mil
Last Modified By
petrina.v.stack.civ@socom.mil
Approved By
petrina.v.stack.civ@socom.mil

Legislative

Legislative Mandates
Materials, Supplies, Articles & Equipment
Awardee District
IA-02
Senators
Charles Grassley
Joni Ernst
Representative
Ashley Hinson

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Aircraft Procurement, Army (021-2031) Department of Defense-Military Equipment (31.0) $11,539,092 100%
Last Modified: 7/11/25