NASA Awards $38K for Motor Generator Manufacturing Services to Calnetix Technologies LLC
Contract Overview
Contract Amount: $38,102 ($38.1K)
Contractor: Calnetix Technologies LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2024-12-17
End Date: 2026-04-30
Contract Duration: 499 days
Daily Burn Rate: $76/day
Competition Type: NOT COMPETED UNDER SAP
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CLIN 0001 SERVICES FOR CONTRACT YEAR (CY) 5 EXTENDED QUARTER 1
Place of Performance
Location: CERRITOS, LOS ANGELES County, CALIFORNIA, 90703
Plain-Language Summary
National Aeronautics and Space Administration obligated $38,102.38 to CALNETIX TECHNOLOGIES LLC for work described as: CLIN 0001 SERVICES FOR CONTRACT YEAR (CY) 5 EXTENDED QUARTER 1 Key points: 1. Contract awarded for services in contract year 5, quarter 1. 2. Calnetix Technologies LLC is the sole awardee. 3. The contract is for motor and generator manufacturing. 4. The duration of the contract is 499 days.
Value Assessment
Rating: questionable
The contract value is relatively low at $38,102.38. Without more detailed cost breakdowns or benchmarks for similar motor and generator manufacturing services, it is difficult to definitively assess pricing reasonableness. The firm fixed-price structure provides some cost certainty.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under Simplified Acquisition Procedures (SAP) and was awarded sole-source. This limits price discovery and potentially leads to higher costs for taxpayers compared to a competitive process.
Taxpayer Impact: The taxpayer impact is minimal due to the low contract value, but the lack of competition sets a precedent for potential future sole-source awards.
Public Impact
Award supports essential motor and generator manufacturing services for NASA. The contract duration extends into April 2026. The small business status of the awardee is not specified, potentially impacting small business goals.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- Lack of detailed cost information hinders value assessment.
Positive Signals
- Firm fixed-price contract provides cost certainty.
- Award supports critical manufacturing services.
Sector Analysis
The contract falls under the Motor and Generator Manufacturing sector (NAICS 335312). Spending in this sector can vary widely depending on the complexity and scale of the manufacturing required. This specific award appears to be for a niche service or a small component.
Small Business Impact
The data indicates the awardee is not a small business (sb: false). This means the contract did not contribute to small business contracting goals, which may be a missed opportunity for economic development.
Oversight & Accountability
The award was made via a Delivery Order under an existing agreement. Oversight would typically involve monitoring performance against the contract requirements and ensuring adherence to terms and conditions. The sole-source nature warrants careful review.
Related Government Programs
- Motor and Generator Manufacturing
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Sole-source award
- Lack of competition
- Limited price discovery
- No small business participation
Tags
motor-and-generator-manufacturing, national-aeronautics-and-space-administr, ca, delivery-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $38,102.38 to CALNETIX TECHNOLOGIES LLC. CLIN 0001 SERVICES FOR CONTRACT YEAR (CY) 5 EXTENDED QUARTER 1
Who is the contractor on this award?
The obligated recipient is CALNETIX TECHNOLOGIES LLC.
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 $38,102.38.
What is the period of performance?
Start: 2024-12-17. End: 2026-04-30.
What is the specific nature of the motor and generator manufacturing services being procured, and why was a sole-source award deemed necessary?
The specific services are for Contract Year (CY) 5, Quarter 1, extending through April 2026. A sole-source award suggests that either only one vendor, Calnetix Technologies LLC, possesses the unique capabilities or proprietary technology required for these specific services, or that the procurement process did not adequately explore competitive options under SAP. Further justification would be needed to confirm the necessity.
What are the potential risks associated with a sole-source award for these manufacturing services, particularly regarding long-term cost and innovation?
The primary risk of a sole-source award is the lack of competitive pressure, which can lead to inflated prices over the contract's life and reduced incentive for the contractor to innovate or improve efficiency. Without competition, NASA has less leverage to negotiate favorable terms or explore alternative solutions, potentially resulting in higher overall costs and slower technological advancement in this area.
How does this contract contribute to NASA's overall mission objectives and technological advancement in motor and generator manufacturing?
This contract likely supports specific NASA programs or operational needs requiring specialized motor and generator components or maintenance. While the value is modest, it ensures the continued functionality of critical systems. However, the sole-source nature raises questions about whether this award fosters broader technological advancement within the sector or simply maintains existing capabilities through a single provider.
Industry Classification
NAICS: Manufacturing › Electrical Equipment Manufacturing › Motor and Generator Manufacturing
Product/Service Code: RESEARCH AND DEVELOPMENT › Space R&D Services
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Calnetix, Inc.
Address: 16323 SHOEMAKER AVE, CERRITOS, CA, 90703
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $38,102
Exercised Options: $38,102
Current Obligation: $38,102
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80JSC021D0009
IDV Type: IDC
Timeline
Start Date: 2024-12-17
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-04-01
More Contracts from Calnetix Technologies LLC
- Long Lead Parts Storage — $26.0K (National Aeronautics and Space 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 →