Nasa Awards $10.4M for Building 20 Renovation to SEA PAC Engineering Inc
Contract Overview
Contract Amount: $10,413,672 ($10.4M)
Contractor: SEA PAC Engineering Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2023-09-26
End Date: 2026-06-08
Contract Duration: 986 days
Daily Burn Rate: $10.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: BUILDING 20 RENOVATION
Place of Performance
Location: MOFFETT FIELD, SANTA CLARA County, CALIFORNIA, 94035
Plain-Language Summary
National Aeronautics and Space Administration obligated $10.4 million to SEA PAC ENGINEERING INC for work described as: BUILDING 20 RENOVATION Key points: 1. Contract awarded for building renovation, a common infrastructure need. 2. SEA PAC ENGINEERING INC is the contractor, with no prior contract history found. 3. Risk appears low due to fixed-price contract and clear scope. 4. Sector is Commercial and Institutional Building Construction.
Value Assessment
Rating: good
The contract value of $10.4M for a building renovation appears reasonable for a project of this scope and duration. Benchmarking against similar large-scale construction projects would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition. This method may impact price discovery compared to unrestricted full and open competition.
Taxpayer Impact: Taxpayer funds are being used for essential infrastructure upgrades. The limited competition raises a slight concern about achieving the absolute lowest price.
Public Impact
Renovation of NASA facilities ensures continued operational capacity. Supports the construction sector and associated jobs. Enhances the working environment for NASA personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may not yield the best price.
- No prior contract history for the awarded vendor.
Positive Signals
- Firm Fixed Price contract limits cost overruns.
- Clear project scope for renovation.
Sector Analysis
This contract falls within the Commercial and Institutional Building Construction sector. Spending in this sector is driven by infrastructure needs, facility upgrades, and modernization efforts across government agencies.
Small Business Impact
The contract was not awarded to a small business. Further analysis would be needed to determine if small business participation was sought or achieved through subcontracting.
Oversight & Accountability
Oversight will be managed by the National Aeronautics and Space Administration (NASA). The firm fixed-price nature of the contract provides some inherent accountability for the contractor.
Related Government Programs
- Commercial and Institutional Building Construction
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Limited competition may lead to higher costs.
- Lack of prior contract history for the vendor.
- Potential for scope creep if not tightly managed.
- Dependence on a single contractor for a critical facility upgrade.
Tags
commercial-and-institutional-building-co, national-aeronautics-and-space-administr, ca, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $10.4 million to SEA PAC ENGINEERING INC. BUILDING 20 RENOVATION
Who is the contractor on this award?
The obligated recipient is SEA PAC ENGINEERING 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 $10.4 million.
What is the period of performance?
Start: 2023-09-26. End: 2026-06-08.
What is the specific scope of the Building 20 renovation and how does it align with NASA's strategic goals?
The specific scope of the Building 20 renovation is not detailed in the provided data. However, such renovations typically involve structural repairs, system upgrades (HVAC, electrical, plumbing), and modernization of interior spaces to meet current safety, efficiency, and functional standards. Aligning with NASA's strategic goals would likely involve ensuring facilities support research, development, and operational missions effectively and sustainably.
What were the reasons for excluding other sources in the competition, and were these justifications documented?
The data indicates 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting that while competition was sought, certain sources were excluded. The specific reasons for exclusion are not provided but typically relate to specialized capabilities, prior performance on similar projects, or specific technical requirements that only a limited number of contractors could meet. Documentation of these justifications is crucial for ensuring fair and transparent procurement practices.
How will the effectiveness of the renovation be measured to ensure it meets NASA's long-term needs?
The effectiveness of the renovation will likely be measured through post-occupancy evaluations, performance metrics related to energy efficiency, system reliability, and user satisfaction. NASA will likely establish key performance indicators (KPIs) tied to the project's objectives, such as improved workspace functionality, reduced maintenance costs, and compliance with updated building codes and environmental standards.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 222 N HARVARD BLVD, LOS ANGELES, CA, 90004
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $21,923,672
Exercised Options: $10,413,672
Current Obligation: $10,413,672
Actual Outlays: $9,774,330
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80AFRC19D0005
IDV Type: IDC
Timeline
Start Date: 2023-09-26
Current End Date: 2026-06-08
Potential End Date: 2026-06-08 00:00:00
Last Modified: 2026-03-30
More Contracts from SEA PAC Engineering Inc
- Tunis, Tunisia Msgr Construction — $31.5M (Department of State)
- RM20-1018 Repair Vmpb-3, B/6303, Swfpac, Naval Base Kitsap Bangor, Silverdale, WA — $25.1M (Department of Defense)
- Enhanced Energy Security and Control Systems — $20.1M (Department of Defense)
- Tirana, Albania Compound Security Upgrade — $18.3M (Department of State)
- This IS a Hubzone Dbmacc Project to Repair and Modernize the Existing Bldg 17 to Unaccompanied Housing Bldg 17 in Accordance With Facilities Criteria FC 4-721-10N Navy and Marine Corps Unaccompanied Housing — $14.9M (Department of Defense)
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 →