NASA awards $3.06M to StandardAero for Rolls-Royce engine services, a sole-source purchase order
Contract Overview
Contract Amount: $3,056,469 ($3.1M)
Contractor: Standardaero Business Aviation Services, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-10-01
End Date: 2026-09-30
Contract Duration: 364 days
Daily Burn Rate: $8.4K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE OBJECTIVES ARE TO PROVIDE SERVICES FOR TWO ROLLS ROYCE MK511-8 AIRCRAFT ENGINES: ENGINE SERIAL NUMBER 11176 FROM NASA LARC IS TO UNDERGO A 1C INSPECTION AND THE CONTRACTOR SHALL PERFORM A 5Y2K SERVICE FOR ENGINE SERIAL NUMBER 8801
Place of Performance
Location: EDWARDS, KERN County, CALIFORNIA, 93523
Plain-Language Summary
National Aeronautics and Space Administration obligated $3.1 million to STANDARDAERO BUSINESS AVIATION SERVICES, LLC for work described as: THE OBJECTIVES ARE TO PROVIDE SERVICES FOR TWO ROLLS ROYCE MK511-8 AIRCRAFT ENGINES: ENGINE SERIAL NUMBER 11176 FROM NASA LARC IS TO UNDERGO A 1C INSPECTION AND THE CONTRACTOR SHALL PERFORM A 5Y2K SERVICE FOR ENGINE SERIAL NUMBER 8801 Key points: 1. Contract focuses on critical inspection and service for two specific Rolls-Royce engines. 2. Sole-source award limits competitive pricing and potential cost savings. 3. High-value specialized service for aging aircraft components presents a unique risk. 4. Aircraft Engine Manufacturing sector often involves specialized, high-cost maintenance.
Value Assessment
Rating: questionable
The $3.06 million price for servicing two specific aircraft engines is difficult to benchmark without comparable sole-source contracts. The firm fixed-price nature provides cost certainty but doesn't guarantee value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and competitive pressure, potentially leading to higher costs for the government.
Taxpayer Impact: The lack of competition may result in taxpayers paying a premium for these specialized engine services.
Public Impact
Ensures continued operational readiness of critical NASA research aircraft. Supports specialized maintenance for aging, high-value aerospace assets. Potential for extended aircraft downtime if services are delayed or inadequate.
Waste & Efficiency Indicators
Waste Risk Score: 84 / 10
Warning Flags
- Sole-source award limits competition.
- High cost for specialized, limited scope service.
- Potential for cost overruns if unforeseen issues arise.
Positive Signals
- Ensures critical maintenance for specific NASA assets.
- Firm fixed-price contract provides cost certainty.
- Experienced contractor with specialized knowledge.
Sector Analysis
This contract falls within the Aircraft Engine and Engine Parts Manufacturing sector, characterized by high technical expertise and specialized, often costly, maintenance requirements. Benchmarking is challenging due to the unique nature of the engines and services.
Small Business Impact
This award went to StandardAero Business Aviation Services, LLC, a large business. There is no indication of small business participation in this specific contract.
Oversight & Accountability
The award is a purchase order issued by NASA. Oversight will focus on contract performance, adherence to the firm fixed-price agreement, and timely completion of the specified engine services.
Related Government Programs
- Aircraft Engine and Engine Parts Manufacturing
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Sole-source award
- High contract value for limited scope
- Potential for price escalation if scope changes
- Reliance on a single provider for critical maintenance
Tags
aircraft-engine-and-engine-parts-manufac, national-aeronautics-and-space-administr, ca, purchase-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $3.1 million to STANDARDAERO BUSINESS AVIATION SERVICES, LLC. THE OBJECTIVES ARE TO PROVIDE SERVICES FOR TWO ROLLS ROYCE MK511-8 AIRCRAFT ENGINES: ENGINE SERIAL NUMBER 11176 FROM NASA LARC IS TO UNDERGO A 1C INSPECTION AND THE CONTRACTOR SHALL PERFORM A 5Y2K SERVICE FOR ENGINE SERIAL NUMBER 8801
Who is the contractor on this award?
The obligated recipient is STANDARDAERO BUSINESS AVIATION SERVICES, LLC.
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 $3.1 million.
What is the period of performance?
Start: 2025-10-01. End: 2026-09-30.
What is the justification for the sole-source award, and were alternative competitive strategies considered?
The justification for a sole-source award typically stems from unique capabilities, proprietary technology, or urgent needs where only one contractor can fulfill the requirement. NASA would need to document why competition was not feasible or advantageous for these specific engine services, potentially involving specialized knowledge or parts only available from StandardAero.
How does the $3.06 million cost compare to historical maintenance costs for similar Rolls-Royce engine models?
Without access to NASA's internal cost data or industry benchmarks for similar sole-source engine overhauls, it's difficult to definitively assess value. The 'br' value of 8397 suggests a potential benchmark or internal estimate, but its context is unclear. A comparison would require analyzing past contracts for comparable services on similar engine types.
What are the risks associated with relying on a single contractor for critical aircraft engine maintenance?
The primary risks include lack of competitive pricing, potential for complacency by the contractor, and vulnerability if the contractor faces financial or operational difficulties. This sole-source award necessitates strong government oversight to ensure quality, timely delivery, and fair pricing, mitigating the inherent risks of limited competition.
Industry Classification
NAICS: Manufacturing › Aerospace Product and Parts Manufacturing › Aircraft Engine and Engine Parts Manufacturing
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2988 W WALNUT HILL LN, DFW AIRPORT, TX, 75261
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,557,306
Exercised Options: $3,557,306
Current Obligation: $3,056,469
Actual Outlays: $423,610
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-10-01
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-03-05
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 →