NASA's $5.6M CHWIE II Contract Awarded to Native Resource Development Co Inc for Facilities Support
Contract Overview
Contract Amount: $5,611,097 ($5.6M)
Contractor: Native Resource Development CO Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-03-01
End Date: 2026-02-28
Contract Duration: 364 days
Daily Burn Rate: $15.4K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CUSTODIAL, HOUSEKEEPING, WASTE-REMOVAL, AND INSECT EXTERMINATION II (CHWIE II)
Place of Performance
Location: HOUSTON, HARRIS County, TEXAS, 77058
State: Texas Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $5.6 million to NATIVE RESOURCE DEVELOPMENT CO INC for work described as: CUSTODIAL, HOUSEKEEPING, WASTE-REMOVAL, AND INSECT EXTERMINATION II (CHWIE II) Key points: 1. Contract Value: $5.61 million over 364 days. 2. Competition: Full and open competition was utilized. 3. Risk: Firm-fixed-price contract type may limit flexibility but offers cost certainty. 4. Sector: Facilities Support Services (NAICS 561210).
Value Assessment
Rating: fair
The contract is a BPA Call under an existing Basic Ordering Agreement. Pricing is likely benchmarked against the parent BPA, but specific per-unit cost comparisons are not available without BPA details.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Full and open competition was used, suggesting a robust price discovery process. The BPA Call award mechanism implies a streamlined process for task orders against a pre-negotiated agreement.
Taxpayer Impact: Taxpayer funds are being used for essential facilities support services, with competition aiming for cost-effectiveness.
Public Impact
Ensures essential services like custodial, housekeeping, and waste removal at NASA facilities. Supports operational continuity by maintaining a clean and safe working environment. The contract duration of one year suggests a need for ongoing, regular services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited contract duration (364 days) may necessitate future re-competition or extensions.
- Firm-fixed-price contract may not account for unforeseen cost increases in labor or materials.
Positive Signals
- Full and open competition promotes market efficiency.
- BPA Call mechanism can expedite service delivery.
- Contract supports critical facility maintenance operations.
Sector Analysis
Facilities Support Services encompass a broad range of maintenance and operational activities. Spending in this sector is generally stable, driven by the need to maintain government and commercial infrastructure.
Small Business Impact
The data indicates this contract was not awarded to a small business (SB flag is false). Further analysis would be needed to determine if small business set-asides were considered or if the prime contractor utilizes small businesses as subcontractors.
Oversight & Accountability
The contract is a BPA Call, suggesting it falls under a broader, pre-existing oversight framework for the parent BPA. NASA's procurement processes should ensure accountability for service delivery and cost.
Related Government Programs
- Facilities Support Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Contract duration is short (364 days).
- No small business participation indicated.
- Firm-fixed-price may not cover unforeseen cost increases.
- BPA Call mechanism relies on the strength of the parent BPA.
Tags
facilities-support-services, national-aeronautics-and-space-administr, tx, bpa-call, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $5.6 million to NATIVE RESOURCE DEVELOPMENT CO INC. CUSTODIAL, HOUSEKEEPING, WASTE-REMOVAL, AND INSECT EXTERMINATION II (CHWIE II)
Who is the contractor on this award?
The obligated recipient is NATIVE RESOURCE DEVELOPMENT CO 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 $5.6 million.
What is the period of performance?
Start: 2025-03-01. End: 2026-02-28.
What is the historical performance of Native Resource Development Co Inc on similar contracts?
Assessing the contractor's past performance is crucial for understanding their reliability and efficiency in delivering custodial, housekeeping, waste removal, and extermination services. Reviewing past contract awards, performance evaluations, and any documented issues can provide insights into their ability to meet NASA's requirements and manage costs effectively.
How does the firm-fixed-price structure impact the government's ability to manage cost fluctuations?
A firm-fixed-price contract provides cost certainty for the government, as the price is set regardless of the contractor's actual costs. However, it shifts the risk of cost overruns to the contractor. If market prices for labor or materials rise significantly, the contractor may face reduced profit margins or seek to renegotiate, potentially impacting future contract pricing or service quality.
What specific metrics are used to measure the effectiveness of custodial, housekeeping, and waste removal services under this contract?
Effectiveness is typically measured through performance standards and key performance indicators (KPIs) outlined in the contract. These might include response times for service requests, cleanliness ratings based on inspections, waste diversion rates, and adherence to safety protocols. Regular performance reviews and client feedback are essential for ensuring services meet NASA's operational needs.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 324 A DEE ANN AVE, GALLUP, NM, 87301
Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $5,611,097
Exercised Options: $5,611,097
Current Obligation: $5,611,097
Actual Outlays: $4,909,710
Contract Characteristics
Commercial Item: PRODUCTS OR SERVICES PURSUANT TO FAR 12.102(F)
Parent Contract
Parent Award PIID: 80JSC022AA023
IDV Type: BPA
Timeline
Start Date: 2025-03-01
Current End Date: 2026-02-28
Potential End Date: 2026-02-28 00:00:00
Last Modified: 2026-02-05
More Contracts from Native Resource Development CO Inc
- Custodial, Housekeeping, Waste Removal, and Pest Control Services — $27.3M (National Aeronautics and Space Administration)
- Other Functions Custodial Support Services AT JSC — $22.0M (National Aeronautics and Space Administration)
- Full Food Services AT Schriever AIR Force Base — $12.5M (Department of Defense)
View all Native Resource Development CO Inc federal contracts →
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 →