GSA awards $2.5M R&D contract for aviation performance analytics to APTIMA INC
Contract Overview
Contract Amount: $2,538,461 ($2.5M)
Contractor: Aptima Inc
Awarding Agency: General Services Administration
Start Date: 2024-12-15
End Date: 2026-03-13
Contract Duration: 453 days
Daily Burn Rate: $5.6K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: R&D
Official Description: SBIR PHASE III - AVIATION PERFORMANCE PROFICIENCY ANALYTICS APPA
Place of Performance
Location: PATUXENT RIVER, SAINT MARYS County, MARYLAND, 20670
State: Maryland Government Spending
Plain-Language Summary
General Services Administration obligated $2.5 million to APTIMA INC for work described as: SBIR PHASE III - AVIATION PERFORMANCE PROFICIENCY ANALYTICS APPA Key points: 1. Contract focuses on research and development in physical, engineering, and life sciences. 2. APTIMA INC. is the sole contractor for this delivery order. 3. The contract duration is approximately 1.5 years, ending in March 2026. 4. This award falls under the General Services Administration's Federal Acquisition Service. 5. The contract type is Cost Plus Fixed Fee, indicating potential for cost overruns. 6. No small business set-aside was specified for this contract.
Value Assessment
Rating: fair
The contract value of $2.5 million for a 1.5-year R&D effort is moderate. Without specific benchmarks for aviation performance analytics R&D, it's difficult to definitively assess value for money. The Cost Plus Fixed Fee (CPFF) structure can sometimes lead to higher costs than fixed-price contracts if not managed carefully, but it is appropriate for R&D where costs are uncertain. Further analysis would require comparing this to similar R&D contracts for aviation analytics.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed and was awarded on a sole-source basis. The specific justification for this sole-source award is not provided in the data. Sole-source awards limit the opportunity for multiple vendors to bid, potentially reducing price competition and innovation. The lack of competition means that the government did not explore alternative solutions or pricing from other qualified contractors.
Taxpayer Impact: Taxpayers may not be receiving the best possible price due to the absence of a competitive bidding process.
Public Impact
The primary beneficiaries are likely the U.S. military or aviation agencies requiring advanced performance analytics. The services delivered will focus on research and development to improve aviation performance. The geographic impact is not specified but is likely concentrated where aviation operations are managed or researched. Workforce implications could include specialized R&D personnel and analysts within APTIMA INC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and potentially increases costs for taxpayers.
- Cost Plus Fixed Fee contract type carries inherent risk of cost overruns if not closely monitored.
- Lack of transparency regarding the justification for sole-source award raises questions about procurement fairness.
Positive Signals
- Contract awarded to a specific company (APTIMA INC.) suggests potential expertise in the required R&D area.
- Delivery order structure allows for phased execution of R&D tasks.
- Clear end date provides a defined project timeline.
Sector Analysis
This contract falls within the Research and Development sector, specifically focusing on physical, engineering, and life sciences. The North American Industry Classification System (NAICS) code 541715 covers R&D in these areas. The market for aviation performance analytics is driven by the need for enhanced safety, efficiency, and operational capabilities in the aerospace industry, encompassing both commercial and defense applications. Comparable spending benchmarks would typically be found within government R&D budgets for aerospace and defense.
Small Business Impact
This contract does not appear to have a small business set-aside. As a sole-source award, it bypasses the typical competitive processes where small businesses might have opportunities to bid or subcontract. The lack of specific subcontracting plans mentioned means there's no explicit mechanism to ensure small business participation through this particular award.
Oversight & Accountability
Oversight for this contract would primarily fall under the General Services Administration (GSA) and potentially the specific agency utilizing the aviation performance analytics. Accountability measures would be tied to the Cost Plus Fixed Fee contract terms, requiring detailed reporting on costs and progress. Transparency is limited due to the sole-source nature of the award, with further details on oversight mechanisms dependent on internal GSA procedures and the specific program office.
Related Government Programs
- SBIR Phase III contracts
- Aviation Research and Development
- Performance Analytics Software
- Aerospace Engineering Services
Risk Flags
- Sole-source award
- Cost Plus Fixed Fee contract type
- Lack of competition
Tags
research-and-development, general-services-administration, aviation, performance-analytics, cost-plus-fixed-fee, sole-source, delivery-order, maryland, r&d, federal-acquisition-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $2.5 million to APTIMA INC. SBIR PHASE III - AVIATION PERFORMANCE PROFICIENCY ANALYTICS APPA
Who is the contractor on this award?
The obligated recipient is APTIMA INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $2.5 million.
What is the period of performance?
Start: 2024-12-15. End: 2026-03-13.
What is APTIMA INC.'s track record with similar R&D contracts, particularly in aviation performance analytics?
APTIMA INC. has a history of performing research and development contracts, including those related to human systems integration, training, and performance assessment, which are relevant to aviation performance analytics. Their experience often involves applying scientific principles to improve system and human performance. Specific details on their past performance in aviation analytics would require a deeper dive into contract databases and performance reports. However, their general focus on performance improvement suggests a relevant capability set for this contract. The SBIR Phase III designation often implies prior success in earlier Small Business Innovation Research phases, indicating a proven concept or technology.
How does the $2.5 million contract value compare to similar R&D efforts in aviation performance analytics?
Benchmarking the $2.5 million contract value for aviation performance analytics R&D is challenging without access to a comprehensive database of comparable sole-source or competed contracts in this niche. However, for a 1.5-year R&D effort, this value is within a typical range for specialized research projects. Larger, multi-year programs or those involving extensive hardware development would naturally command higher budgets. The Cost Plus Fixed Fee structure means the final cost could deviate from the initial estimate, making direct comparisons difficult. Further analysis would involve identifying contracts with similar NAICS codes and project scopes.
What are the primary risks associated with this sole-source Cost Plus Fixed Fee contract?
The primary risks associated with this sole-source Cost Plus Fixed Fee (CPFF) contract are twofold. Firstly, the sole-source nature means the government did not benefit from competitive bidding, potentially leading to a higher price than could have been achieved through competition. This limits price discovery and may indicate a lack of available qualified vendors or a specific justification for awarding to a single entity. Secondly, the CPFF structure, while suitable for R&D with uncertain costs, carries the risk of cost overruns. The contractor is reimbursed for allowable costs plus a fixed fee representing profit. Without stringent oversight and clear performance metrics, costs could escalate beyond initial projections, impacting the overall value for taxpayers.
How effective is the GSA's Federal Acquisition Service in managing sole-source R&D contracts like this one?
The Federal Acquisition Service (FAS) within the GSA is responsible for a wide range of procurement activities, including managing contracts across various sectors. Their effectiveness in managing sole-source R&D contracts hinges on robust internal policies, skilled contracting officers, and diligent oversight. For sole-source awards, the key is ensuring the justification is sound and documented, and that the subsequent contract management rigorously controls costs and ensures delivery of the research objectives. While FAS generally has established processes, the effectiveness can vary depending on the specific contract, the complexity of the R&D, and the level of oversight applied. Transparency and accountability are crucial for building confidence in such awards.
What are the historical spending patterns for aviation performance analytics R&D under GSA?
Historical spending patterns for aviation performance analytics R&D under the GSA are not readily available from the provided data snippet. GSA's role often involves providing acquisition support and services to other federal agencies. Therefore, spending on specific R&D areas like aviation performance analytics might be distributed across various agency-specific contracts managed through GSA schedules or direct procurements. To analyze historical patterns, one would need to query broader federal procurement databases (like FPDS or USASpending) filtering by relevant NAICS codes, PSC codes, and keywords related to aviation analytics and R&D, potentially across multiple agencies that utilize GSA's contracting vehicles.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Product/Service Code: RESEARCH AND DEVELOPMENT › C – National Defense R&D Services
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 47QFLA24Q0127
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Aptima, Inc.
Address: 8 CABOT RD, WOBURN, MA, 01801
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $10,741,664
Exercised Options: $2,538,461
Current Obligation: $2,538,461
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 47QFLA19D0012
IDV Type: IDC
Timeline
Start Date: 2024-12-15
Current End Date: 2026-03-13
Potential End Date: 2029-03-13 00:00:00
Last Modified: 2026-03-09
More Contracts from Aptima Inc
- TO 07 Scars — $15.6M (General Services Administration)
- THE Role of Climate in the Prevention of Harmful Behaviors — $11.3M (General Services Administration)
- Sbir Phase III Task Order Chief Modeling Simulation Office Cmso — $6.2M (General Services Administration)
- Aegis Ashore Training Support Services to 01 — $5.3M (General Services Administration)
- Sbir Phase III Proficiency Based Training (PBT) — $4.6M (General Services Administration)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)