NASA awards $8.5M R&D contract to CGI Federal Inc. for program support services
Contract Overview
Contract Amount: $8,513,183 ($8.5M)
Contractor: CGI Federal Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2021-10-01
End Date: 2026-08-31
Contract Duration: 1,795 days
Daily Burn Rate: $4.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: R&D
Official Description: GRC TASK ORDER UNDER MSFC CONSOLIDATED PROGRAM SUPPORT SERVICES (CPSS) PROGRAM PLANNING AND CONTROL IDIQ CONTRACT
Place of Performance
Location: HUNTSVILLE, MADISON County, ALABAMA, 35806
State: Alabama Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $8.5 million to CGI FEDERAL INC. for work described as: GRC TASK ORDER UNDER MSFC CONSOLIDATED PROGRAM SUPPORT SERVICES (CPSS) PROGRAM PLANNING AND CONTROL IDIQ CONTRACT Key points: 1. Contract focuses on research and development in physical, engineering, and life sciences. 2. CGI Federal Inc. is the sole awardee for this specific task order. 3. The contract has a duration of nearly five years, indicating a long-term need. 4. Awarded under a consolidated program support services IDIQ, suggesting a broader framework. 5. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 6. This task order represents a small portion of the overall IDIQ contract value.
Value Assessment
Rating: good
The contract's value of $8.5 million over nearly five years appears reasonable for specialized R&D support services. Benchmarking against similar NASA contracts for program planning and control is challenging without more specific service details. However, the firm-fixed-price structure suggests a defined scope and budget, which is generally favorable for value. The awardee, CGI Federal Inc., has a significant presence in government contracting, implying experience relevant to this type of work.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under a 'Full and Open Competition After Exclusion of Sources' (FBOES) mechanism. This indicates that while the initial IDIQ contract may have been competed broadly, this specific task order involved a limited competition among pre-qualified vendors or potentially a sole-source justification after an initial exclusion of other sources. The exact number of bidders for this task order is not specified, but the 'exclusion of sources' language suggests a narrower field than a truly open competition.
Taxpayer Impact: The limited competition for this task order means taxpayers may not have benefited from the lowest possible price that a wider bidding process could have generated. However, if the exclusion of sources was based on specific technical capabilities or prior performance, it could lead to a more effective service delivery.
Public Impact
The primary beneficiary is NASA's Marshall Space Flight Center (MSFC), receiving essential program planning and control support. Services delivered are crucial for the effective execution of R&D projects within the physical, engineering, and life sciences sectors. The contract is geographically focused on Alabama, where MSFC is located. The contract supports specialized roles within the R&D ecosystem, potentially impacting a skilled workforce in the Huntsville area.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition for task orders under IDIQs can sometimes lead to higher prices than fully open competitions.
- The specific nature of 'exclusion of sources' warrants further investigation to ensure fair opportunity was provided.
- Reliance on a single vendor for critical program support could pose a risk if performance issues arise.
Positive Signals
- Firm Fixed Price contract type helps control costs and provides budget certainty for the government.
- Awardee CGI Federal Inc. is an established government contractor with a track record in IT and support services.
- The contract is part of a larger IDIQ, suggesting a strategic approach to consolidating support services.
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 R&D support services is competitive, with numerous firms offering specialized expertise. NASA's spending in this area is substantial, driven by its mission to explore space and advance scientific knowledge. This contract represents a task order under a broader Indefinite Delivery/Indefinite Quantity (IDIQ) vehicle, which is a common procurement method for ongoing support services.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific benefits to the small business ecosystem stemming from this particular award. The focus is on larger, established contractors capable of fulfilling the requirements of the IDIQ and subsequent task orders.
Oversight & Accountability
Oversight for this contract would primarily reside with NASA's contracting officers and program managers at the Marshall Space Flight Center. The Inspector General's office may conduct audits or investigations if specific concerns regarding waste, fraud, or abuse arise. Transparency is facilitated through contract award databases like FPDS, though detailed performance metrics are often internal. The firm-fixed-price nature of the contract provides a degree of accountability by placing cost control responsibility on the contractor.
Related Government Programs
- NASA Consolidated Program Support Services (CPSS)
- NASA Marshall Space Flight Center (MSFC) Contracts
- Research and Development Contracts
- Information Technology Support Services
Risk Flags
- Limited competition raises concerns about potential price inflation.
- Lack of specific performance metrics in public data hinders value assessment.
- Potential for vendor lock-in if this IDIQ is heavily relied upon.
Tags
research-and-development, nasa, marshall-space-flight-center, alabama, firm-fixed-price, delivery-order, full-and-open-competition-after-exclusion-of-sources, professional-services, program-management, it-support
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $8.5 million to CGI FEDERAL INC.. GRC TASK ORDER UNDER MSFC CONSOLIDATED PROGRAM SUPPORT SERVICES (CPSS) PROGRAM PLANNING AND CONTROL IDIQ CONTRACT
Who is the contractor on this award?
The obligated recipient is CGI FEDERAL 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 $8.5 million.
What is the period of performance?
Start: 2021-10-01. End: 2026-08-31.
What is CGI Federal Inc.'s past performance record with NASA, particularly on similar R&D support contracts?
CGI Federal Inc. has a substantial history of contracting with NASA and other federal agencies. While specific performance details for this task order are not publicly available, the company generally holds a strong reputation for delivering IT and professional services. Reviewing past performance evaluations, any contract disputes, or awards for similar work within NASA's R&D directorates would provide a more granular understanding of their track record. Their extensive experience suggests a capacity to manage complex R&D support requirements, but a deep dive into specific project outcomes would be necessary for a comprehensive assessment.
How does the $8.5 million value compare to other NASA task orders for program support under similar IDIQ vehicles?
Without knowing the specific IDIQ ceiling and the typical scope of task orders under the MSFC CPSS program, a direct comparison is difficult. However, $8.5 million for nearly five years of specialized R&D program support is not unusually high for a federal contract of this nature. Many large-scale R&D programs require significant planning, control, and administrative support, often exceeding this value. Benchmarking would ideally involve comparing this task order's value against others awarded under the same IDIQ or against contracts for comparable services at other NASA centers or similar research-intensive agencies.
What are the key performance indicators (KPIs) or deliverables expected under this contract, and how is performance measured?
The specific Key Performance Indicators (KPIs) and detailed deliverables for this task order are typically outlined in the Statement of Work (SOW) appended to the contract. Generally, for program support services in R&D, KPIs might include adherence to project timelines, quality of reports, effectiveness of planning tools, budget tracking accuracy, and responsiveness to program management requests. Performance is usually measured through regular progress reports, milestone achievement, and formal reviews conducted by NASA personnel. The firm-fixed-price nature implies that meeting these defined deliverables within the agreed budget is paramount.
What specific R&D areas within physical, engineering, and life sciences does this contract support?
The contract's NAICS code (541715) broadly covers Research and Development in the Physical, Engineering, and Life Sciences, except Nanotechnology and Biotechnology. This suggests the support services could span a wide range of NASA's scientific endeavors at MSFC, potentially including areas like materials science, propulsion systems, aerospace engineering, space science instrumentation, and life support systems for space exploration. The specific focus would depend on the task order's Statement of Work, which details the precise projects and programs requiring planning and control assistance.
What is the historical spending trend for program support services at NASA's Marshall Space Flight Center?
Historical spending on program support services at NASA's Marshall Space Flight Center (MSFC) has been substantial, reflecting the center's role in managing complex spaceflight and research programs. MSFC is a lead center for propulsion, space transportation, and Marshall's role in the International Space Station, all of which require extensive program management and support. While precise figures for 'program support' can vary based on categorization, NASA centers consistently award significant contracts for services that enable research, development, testing, and operations. Analyzing past years' spending data for MSFC, particularly under similar IDIQ vehicles, would reveal trends in the demand for such support.
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: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: THE Timken Company
Address: 12601 FAIR LAKES CIR # 100, FAIRFAX, VA, 22033
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $8,911,270
Exercised Options: $8,911,270
Current Obligation: $8,513,183
Actual Outlays: $7,705,479
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80MSFC21DA007
IDV Type: IDC
Timeline
Start Date: 2021-10-01
Current End Date: 2026-08-31
Potential End Date: 2026-08-31 00:00:00
Last Modified: 2026-04-01
More Contracts from CGI Federal Inc.
- Award - to Re-Obligate Funds Usda De-Obligated to — $783.3M (Department of Veterans Affairs)
- Passport Production Support Services (ppss)igf::ot::igf — $620.0M (Department of State)
- Operation of the Tucson Passport Center and Arkansas Passport Center — $401.9M (Department of State)
- Dynamic and Evolving Federal Enterprise Network Defense Group C Defend C — $336.2M (General Services Administration)
- TO Provide Comprehensive Onsite Management, Administration, and Processing Support AT Three (3) Passport Centers, and Twenty Four (24) Passport Agencies Nationwide. Both Initial and Renewal of Passport Books/Card Applications ARE Processed Under This — $324.1M (Department of State)
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 →