NASA awards $2.4M for consolidated program support, planning, and control services to CGI Federal Inc
Contract Overview
Contract Amount: $2,425,270 ($2.4M)
Contractor: CGI Federal Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2024-09-01
End Date: 2026-08-31
Contract Duration: 729 days
Daily Burn Rate: $3.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: TIME AND MATERIALS
Sector: R&D
Official Description: THE PURPOSE OF THIS PERFORMANCE WORK STATEMENT (PWS) IS TO SET FORTH THE CONSOLIDATED PROGRAM SUPPORT SERVICES (CPSS) PROGRAM, PLANNING, & CONTROL (PP&C) AND PROGRAMMATIC SUBJECT
Place of Performance
Location: HOUSTON, HARRIS County, TEXAS, 77058
State: Texas Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.4 million to CGI FEDERAL INC. for work described as: THE PURPOSE OF THIS PERFORMANCE WORK STATEMENT (PWS) IS TO SET FORTH THE CONSOLIDATED PROGRAM SUPPORT SERVICES (CPSS) PROGRAM, PLANNING, & CONTROL (PP&C) AND PROGRAMMATIC SUBJECT Key points: 1. Contract focuses on critical program support, planning, and control functions. 2. CGI Federal Inc. is the awarded contractor, indicating a specific market relationship. 3. The contract duration is 729 days, spanning from September 2024 to August 2026. 4. Services are categorized under Research and Development in Physical, Engineering, and Life Sciences. 5. The contract type is Time and Materials, which can pose cost control challenges. 6. Awarded under full and open competition, suggesting a broad market search. 7. The contract is a delivery order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle.
Value Assessment
Rating: fair
The contract value of $2.4 million over two years for program support services appears moderate. Benchmarking against similar contracts for program planning and control services is difficult without more specific details on the scope of work and deliverables. The Time and Materials (T&M) contract type, while flexible, carries inherent risks of cost overruns if not closely managed. Without specific performance metrics or comparison data, assessing the true value-for-money is challenging, but the moderate value suggests it's not an outlier.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'full and open competition after exclusion of sources,' which is a standard competitive procedure. While the specific number of bidders is not provided, this method generally aims to solicit offers from all responsible sources. The competitive nature suggests that NASA sought to obtain the best value through a structured procurement process, potentially leading to more favorable pricing and service offerings compared to less competitive methods.
Taxpayer Impact: Taxpayers benefit from a competitive process that aims to ensure fair pricing and efficient use of funds. Full and open competition increases the likelihood that the government receives high-quality services at a reasonable cost.
Public Impact
The primary beneficiaries are NASA's program management offices requiring consolidated support. Services delivered include program planning, control, and programmatic subject matter expertise. The geographic impact is likely concentrated at NASA facilities where these support services are rendered, potentially in Texas. Workforce implications may involve the utilization of specialized contractor personnel with expertise in program management and R&D support.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials (T&M) contract type can lead to cost overruns if not managed diligently.
- Lack of specific performance metrics in the provided data makes it difficult to assess contractor performance proactively.
- The 'exclusion of sources' clause in the competition type warrants further investigation to understand its implications.
Positive Signals
- Awarded under full and open competition, indicating a robust market search.
- Contract duration of two years provides a stable period for service delivery.
- The contract supports critical program planning and control functions within NASA.
Sector Analysis
This contract falls within the Research and Development sector, specifically under NAICS code 541715, which covers Research and Development in the Physical, Engineering, and Life Sciences. This sector is characterized by innovation and specialized scientific expertise. Spending in this area often supports government-led scientific initiatives and technological advancements. Comparable spending benchmarks would typically involve other government contracts for program support services within R&D-focused agencies.
Small Business Impact
The provided data indicates that small business participation (ss: false, sb: false) was not a primary set-aside criterion for this specific contract. This suggests that the competition was likely dominated by larger firms capable of meeting the specialized requirements. There is no explicit information on subcontracting plans for small businesses, which could be a missed opportunity to engage the small business ecosystem in supporting these critical NASA functions.
Oversight & Accountability
Oversight for this contract would typically be managed by NASA's contracting officers and program managers. Accountability measures would be defined within the Performance Work Statement (PWS) and the contract terms. Transparency is facilitated through contract databases like FPDS, where basic award information is published. The extent of Inspector General (IG) jurisdiction would depend on the specific nature of any potential issues or investigations related to contract performance or compliance.
Related Government Programs
- NASA Program Management Support Services
- Federal R&D Contracting
- IT and Engineering Support Services
- Time and Materials Contracts
- Full and Open Competition Awards
Risk Flags
- Potential for cost overruns due to Time and Materials contract type.
- Ambiguity in competition type ('exclusion of sources') requires further investigation.
- Lack of detailed performance metrics in the provided data hinders proactive risk assessment.
Tags
nasa, research-and-development, program-support, planning-and-control, cgi-federal-inc, time-and-materials, full-and-open-competition, delivery-order, texas, professional-services, r&d-services
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.4 million to CGI FEDERAL INC.. THE PURPOSE OF THIS PERFORMANCE WORK STATEMENT (PWS) IS TO SET FORTH THE CONSOLIDATED PROGRAM SUPPORT SERVICES (CPSS) PROGRAM, PLANNING, & CONTROL (PP&C) AND PROGRAMMATIC SUBJECT
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 $2.4 million.
What is the period of performance?
Start: 2024-09-01. End: 2026-08-31.
What is the specific scope of 'Consolidated Program Support Services (CPSS)' and 'Program Planning & Control (PP&C)' under this contract?
The provided data snippet indicates the PWS is for 'Consolidated Program Support Services (CPSS) Program, Planning, & Control (PP&C) and Programmatic Subject.' This suggests the services encompass a broad range of activities essential for managing NASA's research and development programs. CPSS likely involves administrative, logistical, and operational support to ensure programs run smoothly. PP&C would focus on the strategic aspects of program initiation, execution, monitoring, and closure, including budget tracking, schedule management, risk assessment, and performance reporting. 'Programmatic Subject' implies the contractor may also provide subject matter expertise related to the specific R&D areas NASA is pursuing, aiding in technical planning and decision-making. A detailed PWS would further delineate specific tasks, deliverables, and performance standards.
How does the Time and Materials (T&M) contract type compare to other contract types for similar R&D support services?
Time and Materials (T&M) contracts are often used when the scope of work is not clearly defined at the outset or is expected to evolve, which can be common in R&D environments. Unlike fixed-price contracts, T&M reimburses the contractor for direct labor hours at specified hourly rates and for the actual cost of materials. While offering flexibility, T&M contracts carry a higher risk of cost overruns for the government if not meticulously managed and monitored. Other contract types, such as Cost-Plus-Fixed-Fee (CPFF) or Firm-Fixed-Price (FFP), might be preferred for R&D support if the objectives and deliverables are well-defined, providing greater cost certainty. The choice of T&M here suggests NASA prioritized flexibility over strict cost predictability for these specific support services.
What is CGI Federal Inc.'s track record with NASA for similar program support services?
Assessing CGI Federal Inc.'s specific track record with NASA for similar program support services requires a deeper dive into historical contract data beyond the provided snippet. Generally, CGI Federal is a large, established government contractor with a broad portfolio of IT and professional services across various federal agencies, including NASA. Their experience likely spans complex program management, systems integration, and IT support. To evaluate their performance on this specific contract, one would typically review past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), any past disputes or contract modifications, and the overall history of their awards and task orders with NASA. Without access to these detailed records, a precise assessment of their suitability and past performance on comparable tasks remains speculative.
What are the potential risks associated with the 'exclusion of sources' clause in the competition type?
The competition type 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' is somewhat unusual and warrants clarification. Typically, 'Full and Open Competition' implies soliciting offers from all responsible sources without restriction. The addition of 'after exclusion of sources' suggests that certain potential offerors or types of sources were intentionally excluded from the competition. The reasons for such exclusion could range from specific technical requirements that only a limited number of vendors can meet, to national security concerns, or even prior performance issues with certain contractors. While the intent might be to ensure a more focused competition among qualified entities, it inherently limits the pool of potential bidders. This could potentially reduce price competition and may raise questions about whether the government truly obtained the best possible value or if alternative, potentially more cost-effective solutions were overlooked.
How does spending on program support services like this compare to NASA's overall R&D budget?
The awarded amount of approximately $2.4 million for Consolidated Program Support Services (CPSS) and Program Planning & Control (PP&C) represents a relatively small fraction of NASA's overall budget, particularly its Research and Development (R&D) appropriations. NASA's annual budget typically runs into the tens of billions of dollars, with significant portions allocated to major exploration missions, aeronautics research, space operations, and science investigations. Program support services, while crucial for the efficient execution of these large-scale R&D efforts, are generally considered overhead or enabling functions. Therefore, this $2.4 million contract, while substantial for the specific service provider, is likely a minor component when viewed against the entirety of NASA's R&D spending, which funds the core scientific and technological endeavors.
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: TIME AND MATERIALS (Y)
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: $3,412,184
Exercised Options: $3,412,184
Current Obligation: $2,425,270
Actual Outlays: $1,889,933
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: 2024-09-01
Current End Date: 2026-08-31
Potential End Date: 2026-08-31 00:00:00
Last Modified: 2026-04-14
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 →