NASA's $2.76M Task Order for EVA/HSM Program Assessment Awarded to Booz Allen Hamilton
Contract Overview
Contract Amount: $2,763,400 ($2.8M)
Contractor: Booz Allen Hamilton Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-10-01
End Date: 2026-09-30
Contract Duration: 364 days
Daily Burn Rate: $7.6K/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TASK ORDER 163, BASE - EXTRAVEHICULAR ACTIVITY (EVA) AND HUMAN SURFACE MOBILITY (HSM) PROGRAM (EHP) ASSESSMENT
Place of Performance
Location: HOUSTON, HARRIS County, TEXAS, 77058
State: Texas Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.8 million to BOOZ ALLEN HAMILTON INC for work described as: TASK ORDER 163, BASE - EXTRAVEHICULAR ACTIVITY (EVA) AND HUMAN SURFACE MOBILITY (HSM) PROGRAM (EHP) ASSESSMENT Key points: 1. Booz Allen Hamilton, a large incumbent contractor, secured this task order. 2. The contract is for engineering services related to NASA's Extravehicular Activity and Human Surface Mobility Program. 3. The award was not competed under the Simplified Acquisition Procedures, raising questions about price discovery. 4. The firm-fixed-price contract runs for 364 days, ending September 30, 2026.
Value Assessment
Rating: fair
The award amount of $2.76M for a 364-day engineering services contract appears within a reasonable range for specialized NASA programs. However, without a competitive benchmark, a precise valuation is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This task order was not competed under Simplified Acquisition Procedures, indicating it was likely awarded through a pre-existing contract vehicle. The lack of open competition limits price discovery and potentially increases costs.
Taxpayer Impact: Taxpayer funds are utilized for this specialized engineering assessment. The absence of competition may lead to a higher cost than if it were openly bid.
Public Impact
Impacts NASA's ability to assess critical space exploration technologies like spacesuits and surface mobility systems. Ensures continued development and safety of astronaut capabilities for future missions. Supports the broader Artemis program goals by evaluating essential hardware and programmatics.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for cost overruns due to limited price discovery
Positive Signals
- Award to incumbent with relevant expertise
- Focus on critical space exploration programs
Sector Analysis
This contract falls under Engineering Services (NAICS 541330), a sector that supports various government agencies with technical expertise. Benchmarks for similar specialized engineering assessments can vary widely based on scope and duration.
Small Business Impact
The contract was awarded to Booz Allen Hamilton, a large business. There is no indication that small businesses were involved in this specific task order, either as prime or subcontractors.
Oversight & Accountability
NASA's internal oversight mechanisms are expected to monitor the performance and cost of this task order. The use of a BPA call suggests a pre-established framework for oversight.
Related Government Programs
- Engineering Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Limited competition
- Potential for cost escalation
- Lack of transparency in award justification
- Reliance on incumbent expertise
Tags
engineering-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 $2.8 million to BOOZ ALLEN HAMILTON INC. TASK ORDER 163, BASE - EXTRAVEHICULAR ACTIVITY (EVA) AND HUMAN SURFACE MOBILITY (HSM) PROGRAM (EHP) ASSESSMENT
Who is the contractor on this award?
The obligated recipient is BOOZ ALLEN HAMILTON 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 $2.8 million.
What is the period of performance?
Start: 2025-10-01. End: 2026-09-30.
What specific criteria led to this task order not being competed under SAP, and what was the justification for selecting Booz Allen Hamilton?
The justification for not competing under SAP and selecting Booz Allen Hamilton likely stems from the specific requirements of the task order, potentially falling under existing contract vehicles or requiring specialized expertise only available through limited sources. NASA's procurement regulations would dictate the specific criteria, which might include urgency, unique capabilities, or prior performance on related efforts.
How will NASA ensure cost-effectiveness and value for money given the limited competition for this task order?
NASA will likely ensure cost-effectiveness through rigorous performance monitoring, adherence to the firm-fixed-price structure, and potentially by leveraging historical cost data from similar contracts or internal benchmarks. The contracting officer's technical representative (COTR) will play a crucial role in overseeing deliverables and ensuring the contractor meets all technical and cost objectives within the defined scope.
What are the potential risks associated with awarding this task order to a single, large incumbent contractor without further competition?
The primary risks include a lack of competitive pricing, potentially leading to higher costs for taxpayers. There's also a risk of complacency or reduced innovation from the contractor if they perceive no competitive threat. Furthermore, over-reliance on a single contractor can create vendor lock-in and limit future flexibility for NASA.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL STUDIES - NOT R and D
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Booz Allen Hamilton Holding Corporation
Address: 8283 GREENSBORO DR, MC LEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,763,400
Exercised Options: $2,763,400
Current Obligation: $2,763,400
Actual Outlays: $350,964
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 80JSC023AA001
IDV Type: BPA
Timeline
Start Date: 2025-10-01
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-01-06
More Contracts from Booz Allen Hamilton Inc
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (General Services Administration)
- Transformation Twenty-One Total Technology Next Generation (T4NG) Task Order - Benefits Integrated Delivery — $1.4B (Department of Veterans Affairs)
- Federal Contract — $1.2B (General Services Administration)
- Product and Technology Ecosystem Management Services (ptems)which Includes Product Delivery and Lifecycle Management to Transform VA by Tapping Into Emerging Technologies, Connecting Developers With VA Data, and Making Human Centered Design (HCD) — $1.1B (Department of Veterans Affairs)
- Task Order Award — $1.1B (General Services Administration)
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 →