NASA awards $3.7M facilities support contract to Honeywell International, Inc. for 5 years
Contract Overview
Contract Amount: $3,703,141 ($3.7M)
Contractor: Honeywell International, Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2022-05-01
End Date: 2027-04-30
Contract Duration: 1,825 days
Daily Burn Rate: $2.0K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ENERGY AND WATER MANAGEMENT SERVICES (EWMS) - CALL 1
Place of Performance
Location: HOUSTON, HARRIS County, TEXAS, 77058
State: Texas Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $3.7 million to HONEYWELL INTERNATIONAL, INC for work described as: ENERGY AND WATER MANAGEMENT SERVICES (EWMS) - CALL 1 Key points: 1. The contract value represents a moderate investment in essential facilities support services. 2. Competition dynamics for this BPA call appear to be robust, potentially driving competitive pricing. 3. The firm-fixed-price structure mitigates cost overrun risks for the agency. 4. Performance will be assessed against established service level agreements. 5. This contract falls within the broader facilities support services sector, a critical component of government operations. 6. The duration of the contract provides stability for service delivery and planning.
Value Assessment
Rating: good
The contract value of approximately $3.7 million over five years for facilities support services appears reasonable given the scope. Benchmarking against similar contracts for facilities management at NASA or other federal agencies would provide a more precise value-for-money assessment. The firm-fixed-price contract type suggests that pricing was determined upfront, which can be advantageous if the scope is well-defined. However, without detailed breakdowns of services included, a definitive comparison to market rates is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under the Simplified Acquisition Procedures (SAP), indicating a full and open competition process for awards below a certain threshold. With 6 bidders participating, the level of competition suggests a healthy market for these services. A higher number of bidders generally leads to better price discovery and potentially lower costs for the government, as contractors vie for the award.
Taxpayer Impact: The robust competition among 6 bidders likely resulted in a more favorable price for taxpayers compared to a sole-source or limited competition scenario.
Public Impact
NASA facilities in Texas will benefit from enhanced operational support. Essential services such as maintenance, repair, and operations of facilities will be delivered. The contract supports the ongoing operational readiness of NASA's infrastructure. Workforce implications may include the utilization of skilled technicians and support staff by the contractor.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if not managed tightly under the firm-fixed-price structure.
- Dependence on a single contractor for critical facilities operations could pose a risk if performance falters.
Positive Signals
- Firm-fixed-price contract reduces financial risk for the government.
- Multiple bidders indicate a competitive market, likely leading to better pricing.
- Longer contract duration provides service continuity and reduces administrative burden of frequent re-competition.
Sector Analysis
Facilities Support Services is a broad category encompassing a wide range of activities necessary for the operation and maintenance of buildings and infrastructure. This sector is crucial for government agencies to ensure their facilities are safe, functional, and efficient. Spending in this area is often driven by the need to maintain aging infrastructure and support mission-critical operations. Comparable spending benchmarks would typically be found within the General Services Administration (GSA) schedules or agency-specific facilities management budgets.
Small Business Impact
The provided data indicates that small business participation was not a specific set-aside for this BPA call. While Honeywell International, Inc. is a large business, the subcontracting opportunities for small businesses are not detailed in this summary. Further analysis would be needed to determine if small businesses are being utilized as subcontractors and the extent of their involvement in fulfilling the contract requirements.
Oversight & Accountability
Oversight for this contract will likely be managed by NASA's contracting officers and program managers, ensuring compliance with the contract terms and performance standards. The firm-fixed-price nature of the contract provides a clear financial framework. Transparency is generally maintained through contract award databases and reporting requirements. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Facilities Maintenance and Operations
- Base Operations Support
- Government Facilities Management
- Energy Management Services
Risk Flags
- Potential for cost overruns if scope is not clearly defined (mitigated by FFP).
- Contractor performance risk if service levels are not met.
- Dependence on a single contractor for critical services.
Tags
energy-and-water-management, facilities-support-services, nasa, honeywell-international, firm-fixed-price, competed-under-sap, bpa-call, texas, large-business, five-year-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $3.7 million to HONEYWELL INTERNATIONAL, INC. ENERGY AND WATER MANAGEMENT SERVICES (EWMS) - CALL 1
Who is the contractor on this award?
The obligated recipient is HONEYWELL INTERNATIONAL, 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 $3.7 million.
What is the period of performance?
Start: 2022-05-01. End: 2027-04-30.
What is the historical spending pattern for facilities support services at NASA, and how does this contract compare?
Historical spending on facilities support services at NASA can vary significantly based on agency-wide infrastructure needs, major construction projects, and specific operational requirements at different centers. Without access to NASA's detailed historical procurement data, a precise comparison is difficult. However, a $3.7 million contract over five years, averaging roughly $740,000 annually, is a moderate-sized award for facilities support. This amount suggests it covers essential maintenance, operations, and potentially some specialized services for a specific NASA facility or set of facilities, rather than a comprehensive overhaul or management of the entire agency's real estate portfolio. Larger contracts often involve extensive base operations support or major capital improvements.
What specific services are included under this "ENERGY AND WATER MANAGEMENT SERVICES (EWMS) - CALL 1" contract?
The designation "ENERGY AND WATER MANAGEMENT SERVICES (EWMS) - CALL 1" suggests that the primary focus of this contract is on services related to the efficient management and conservation of energy and water resources within NASA facilities. This could encompass a range of activities such as energy audits, implementation of energy-saving technologies (e.g., HVAC upgrades, LED lighting), water conservation measures, monitoring of utility consumption, preventative maintenance of related systems, and potentially reporting on resource usage and savings. The "CALL 1" designation implies it is the first task order or call against a larger Basic Ordering Agreement (BOA) or Indefinite Delivery/Indefinite Quantity (IDIQ) contract, indicating a specific set of requirements defined for this particular award.
How does the firm-fixed-price (FFP) contract type impact risk and value for this facilities support services award?
A Firm-Fixed-Price (FFP) contract type shifts the majority of the cost risk from the government to the contractor, Honeywell International, Inc. This means the contractor is obligated to complete the work for the agreed-upon price, regardless of their actual costs. For NASA, this provides budget certainty and protects against cost overruns, which is highly beneficial for financial planning. The value is locked in upfront, assuming the initial pricing was competitive. However, the contractor may build in a contingency premium to account for potential risks, which could lead to a higher initial price compared to cost-reimbursement contracts. The success of an FFP contract relies heavily on a well-defined scope of work; any ambiguities or changes can lead to disputes or require costly contract modifications.
What is Honeywell International, Inc.'s track record with NASA and in providing facilities support services?
Honeywell International, Inc. is a large, established corporation with extensive experience in aerospace, building technologies, and defense. They have a significant history of contracting with government agencies, including NASA, across various domains. Their "Intelligent Buildings" division, in particular, specializes in providing integrated solutions for facility management, energy efficiency, and operational optimization. While specific details of their past performance with NASA for facilities support services under similar contract vehicles are not provided here, their broad capabilities and long-standing presence in the government contracting space suggest a substantial capacity to deliver on such requirements. A deeper dive into contract databases like FPDS or SAM.gov would reveal specific past performance ratings and contract history.
What are the potential implications of this contract on small businesses within the facilities support services sector?
As this contract was competed under SAP and awarded to a large business (Honeywell International, Inc.), the direct impact on small businesses is primarily through potential subcontracting opportunities. The contract does not appear to be a small business set-aside. Therefore, the extent to which small businesses benefit depends on Honeywell's subcontracting plan and their utilization of the small business ecosystem. If Honeywell actively seeks out and partners with small businesses for specialized services or geographic support within Texas, it could provide valuable contract experience and revenue streams for them. Conversely, if Honeywell performs the majority of the work in-house, the direct benefit to small businesses would be minimal, highlighting a potential area for future contract design to encourage greater small business participation.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL STUDIES - NOT R and D
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Honeywell Safety Products USA, Inc.
Address: 3079 PREMIERE PKWY STE 100, DULUTH, GA, 30097
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $4,004,057
Exercised Options: $4,004,057
Current Obligation: $3,703,141
Actual Outlays: $3,361,651
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 80JSC022AA026
IDV Type: BPA
Timeline
Start Date: 2022-05-01
Current End Date: 2027-04-30
Potential End Date: 2027-04-30 00:00:00
Last Modified: 2026-03-31
More Contracts from Honeywell International, Inc
- Federal Contract — $1.8B (Department of Defense)
- Tiger II Services and Hardware UCA — $1.2B (Department of Defense)
- Aircraft Engines/Engine Parts — $934.2M (Department of Defense)
- Non-Personal Services - Secondary Power Logistics Solution (spls) — $798.7M (Department of Defense)
- 200607!000110!5700!fa8626!asc/Lpk !FA862606C2065 !A!N! !N! ! !20060425!20070122!195908637!195908637!139691877!n!honeywell Intl !13350 US Highway 19 North !clearwater !fl!33764!12875!103!12!clearwater !pinellas !florida !+000000398530!n!n!000121531465!5895!miscellaneous Communication Equipment !A7 !electronics and Communication Equip !000 !NOT Discernable !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !c!n!j!1!001!n!1a!a!y!a! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! ! !0001! ! — $451.3M (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 →