NASA awards $4.69M for Gulfstream-IV SAR Modification to Avenger Aerospace Solutions Inc
Contract Overview
Contract Amount: $4,687,521 ($4.7M)
Contractor: Avenger Aerospace Solutions Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2024-08-27
End Date: 2026-07-31
Contract Duration: 703 days
Daily Burn Rate: $6.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: GULFSTREAM-IV NEXT GENERATION AIRBORNE SYNTHETIC APERTURE RADAR MODIFICATION
Place of Performance
Location: GREENVILLE, GREENVILLE County, SOUTH CAROLINA, 29607
Plain-Language Summary
National Aeronautics and Space Administration obligated $4.7 million to AVENGER AEROSPACE SOLUTIONS INC for work described as: GULFSTREAM-IV NEXT GENERATION AIRBORNE SYNTHETIC APERTURE RADAR MODIFICATION Key points: 1. Contract awarded to Avenger Aerospace Solutions Inc. for $4.69M. 2. Modification of Gulfstream-IV Airborne Synthetic Aperture Radar. 3. Full and open competition utilized. 4. Firm Fixed Price contract type. 5. Project duration is 703 days.
Value Assessment
Rating: good
The contract value of $4.69M appears reasonable for a specialized aircraft modification project. Benchmarking against similar complex aerospace modifications would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Full and open competition was employed, suggesting a robust price discovery process. This method typically leads to competitive pricing as multiple vendors can bid.
Taxpayer Impact: The use of full and open competition is generally beneficial for taxpayers, promoting efficiency and potentially lower costs through market forces.
Public Impact
Enhances NASA's airborne surveillance and data collection capabilities. Supports advanced research and development in radar technology. Potential for improved disaster monitoring and environmental assessment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns on complex modifications.
- Dependence on a single contractor for specialized expertise.
- Schedule delays impacting research timelines.
Positive Signals
- Utilizes full and open competition.
- Firm Fixed Price contract limits cost risk.
- Clear project scope for modification.
Sector Analysis
This contract falls within the aerospace and defense sector, specifically focusing on aircraft modification for advanced sensor technology. Spending in this area is critical for maintaining technological superiority and research capabilities.
Small Business Impact
The data indicates that small businesses were not directly awarded this contract, as Avenger Aerospace Solutions Inc. is the prime contractor. Further analysis would be needed to determine if small businesses are involved as subcontractors.
Oversight & Accountability
NASA's procurement processes are subject to oversight by the Government Accountability Office (GAO) and internal agency reviews. The contract award details suggest adherence to standard procurement regulations.
Related Government Programs
- Other Support Activities for Air Transportation
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for schedule slippage due to complexity.
- Reliance on specialized technical expertise.
- Integration challenges with existing aircraft systems.
- Future maintenance and upgrade costs.
Tags
other-support-activities-for-air-transpo, national-aeronautics-and-space-administr, sc, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $4.7 million to AVENGER AEROSPACE SOLUTIONS INC. GULFSTREAM-IV NEXT GENERATION AIRBORNE SYNTHETIC APERTURE RADAR MODIFICATION
Who is the contractor on this award?
The obligated recipient is AVENGER AEROSPACE SOLUTIONS INC.
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $4.7 million.
What is the period of performance?
Start: 2024-08-27. End: 2026-07-31.
What is the specific technological advancement this SAR modification aims to achieve, and how does it compare to existing capabilities?
The modification likely aims to upgrade the Synthetic Aperture Radar (SAR) system on the Gulfstream-IV to incorporate next-generation capabilities, potentially including higher resolution, improved all-weather imaging, or enhanced data processing. This would allow for more detailed and timely data collection for scientific research, Earth observation, or surveillance compared to current systems.
What are the key performance metrics for the modified SAR system, and how will their achievement be verified?
Key performance metrics would likely include resolution (e.g., meters or centimeters per pixel), signal-to-noise ratio, data acquisition rate, and operational uptime. Verification will involve rigorous testing and validation procedures, including flight tests and data analysis, to ensure the system meets or exceeds the specified performance requirements outlined in the contract.
What is the long-term operational plan for the modified Gulfstream-IV, and what is its expected service life post-modification?
The long-term operational plan involves integrating the upgraded SAR system into NASA's research fleet for various scientific missions, such as Earth science studies, climate monitoring, or disaster response. The expected service life post-modification will depend on the airframe's remaining lifespan and the reliability of the new SAR system, typically aiming for several years of active service.
Industry Classification
NAICS: Transportation and Warehousing › Support Activities for Air Transportation › Other Support Activities for Air Transportation
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 80AFRC24R0008
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 125 BYRDLAND DR, GREENVILLE, SC, 29607
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $7,495,521
Exercised Options: $5,904,021
Current Obligation: $4,687,521
Actual Outlays: $3,291,017
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2024-08-27
Current End Date: 2026-07-31
Potential End Date: 2026-07-31 00:00:00
Last Modified: 2026-03-09
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →