NASA Awards $5.67M for LSTAR Unit Inspection and Repair to SRC Inc
Contract Overview
Contract Amount: $56,733 ($56.7K)
Contractor: SRC Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-04-09
End Date: 2027-04-08
Contract Duration: 364 days
Daily Burn Rate: $156/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: INSPECTION AND DIAGNOSIS OF LSTAR UNITS RESULTING IN A PROPOSAL FOR THE REPAIRS REQUIRED TO RESTORE EACH OF THE UNITS TO OPERATIONAL STATUS.
Place of Performance
Location: SYRACUSE, ONONDAGA County, NEW YORK, 13212
State: New York Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $56,733 to SRC INC for work described as: INSPECTION AND DIAGNOSIS OF LSTAR UNITS RESULTING IN A PROPOSAL FOR THE REPAIRS REQUIRED TO RESTORE EACH OF THE UNITS TO OPERATIONAL STATUS. Key points: 1. Contract awarded to SRC Inc. for essential LSTAR unit inspection and repair services. 2. The contract value is $5.67 million, with a duration of 364 days. 3. This is a sole-source award, raising questions about potential price discovery. 4. The sector is focused on aeronautical and nautical instrument manufacturing.
Value Assessment
Rating: questionable
The contract value of $5.67 million for inspection and repair of LSTAR units is difficult to benchmark without specific details on the number of units and complexity of repairs. The lack of competition makes price assessment challenging.
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 may result in a higher cost to the government compared to a competitive process.
Taxpayer Impact: The lack of competition for this $5.67 million contract could lead to taxpayers paying more than necessary for these critical inspection and repair services.
Public Impact
Ensures operational status of vital LSTAR units, crucial for NASA's aeronautical and nautical systems. Potential for increased costs due to sole-source award impacts taxpayer value. Lack of transparency in pricing due to non-competitive nature. Supports a single contractor, SRC Inc., for specialized repair services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- Potential for inflated costs due to lack of competitive bidding.
- Limited transparency on the necessity and cost-effectiveness of repairs.
Positive Signals
- Ensures critical LSTAR units are maintained in operational status.
- Supports a specific contractor with potentially specialized knowledge.
Sector Analysis
This contract falls within the aerospace and defense sector, specifically focusing on the manufacturing and maintenance of navigation and guidance systems. Spending in this area is critical for national security and technological advancement, but often involves specialized components and limited contractor pools.
Small Business Impact
The contract was awarded to SRC Inc. and there is no indication of small business participation. This sole-source award does not appear to provide opportunities for small businesses in this specific procurement.
Oversight & Accountability
The sole-source nature of this award warrants close oversight to ensure fair pricing and justification for the lack of competition. NASA's procurement processes should be scrutinized to confirm adherence to regulations and maximize taxpayer value.
Related Government Programs
- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Sole-source award
- Lack of price competition
- Potential for cost overruns
- Limited transparency in pricing
- No small business participation
Tags
search-detection-navigation-guidance-aer, national-aeronautics-and-space-administr, ny, delivery-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $56,733 to SRC INC. INSPECTION AND DIAGNOSIS OF LSTAR UNITS RESULTING IN A PROPOSAL FOR THE REPAIRS REQUIRED TO RESTORE EACH OF THE UNITS TO OPERATIONAL STATUS.
Who is the contractor on this award?
The obligated recipient is SRC 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 $56,733.
What is the period of performance?
Start: 2026-04-09. End: 2027-04-08.
What is the justification for the sole-source award, and how was the price determined to be fair and reasonable without competition?
The justification for a sole-source award typically involves unique capabilities, urgent needs, or lack of available sources. Without further details, it's difficult to assess the price reasonableness. Agencies must provide detailed documentation supporting the sole-source determination and fair pricing analysis to ensure accountability and prevent potential overspending.
What are the specific risks associated with relying on a single contractor for LSTAR unit repairs, particularly regarding long-term availability and cost escalation?
The primary risks include potential price gouging, lack of innovation, and dependency on a single entity for critical repairs. If SRC Inc. faces operational issues or decides to increase prices significantly, NASA could be left with limited alternatives, potentially impacting mission readiness and increasing long-term costs.
How does the cost of this contract compare to similar inspection and repair services for comparable systems, and what is the expected impact on operational effectiveness?
Benchmarking is challenging due to the sole-source nature and specific system (LSTAR units). However, the absence of competition suggests a risk of higher costs. Ensuring operational effectiveness relies on the quality of SRC Inc.'s work; however, the lack of competitive pressure might indirectly affect the urgency or thoroughness of repairs.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 7502 ROUND POND RD, SYRACUSE, NY, 13212
Business Categories: Category Business, Corporate Entity Tax Exempt, Manufacturer of Goods, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $56,733
Exercised Options: $56,733
Current Obligation: $56,733
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80ARC022DA008
IDV Type: IDC
Timeline
Start Date: 2026-04-09
Current End Date: 2027-04-08
Potential End Date: 2027-04-08 00:00:00
Last Modified: 2026-04-09
More Contracts from SRC Inc
- Federal Contract — $205.5M (Department of Defense)
- Rapidly Develop and Deploy the Increment 1, Block 2 and Increment 1 Electronic Warfare (EW) Improvements to Increment 1 and Increment 2 — $130.9M (Department of Defense)
- Federal Contract — $78.8M (Department of Defense)
- Provide Engineering Support for Enhancements for the C-Uas Fixed Site LOW, Slow, Small Unmanned Aerial Vehicle Integrated Defeat System (fs-Lids) Managed by the Integrated Fires/Rapid Capabilities Office (if/Rco) Project Directorate (PD) — $67.0M (Department of Defense)
- SAB Support Services - Base — $66.1M (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 →