NASA Awards $4.98M for Liquid Nitrogen Skid Fabrication, Full Competition Utilized
Contract Overview
Contract Amount: $4,981,946 ($5.0M)
Contractor: Precision Fabricating & Cleaning Company, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2021-11-02
End Date: 2026-05-29
Contract Duration: 1,669 days
Daily Burn Rate: $3.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: LAUNCH PAD ELEMENT (LPE) LIQUID NITROGEN (LN2) SKID FABRICATION
Place of Performance
Location: COCOA, BREVARD County, FLORIDA, 32926
State: Florida Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $5.0 million to PRECISION FABRICATING & CLEANING COMPANY, INC. for work described as: LAUNCH PAD ELEMENT (LPE) LIQUID NITROGEN (LN2) SKID FABRICATION Key points: 1. Contract awarded to Precision Fabricating & Cleaning Company, Inc. for $4.98M. 2. Full and open competition was used after exclusion of sources. 3. The contract is for the fabrication of a Launch Pad Element Liquid Nitrogen Skid. 4. The contract duration is 1669 days, ending May 29, 2026. 5. This falls under the 'All Other Miscellaneous Manufacturing' NAICS code.
Value Assessment
Rating: good
The award amount of $4.98M for a specialized fabrication project appears reasonable given the complexity and duration. Benchmarking against similar custom fabrication contracts would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract utilized full and open competition after exclusion of sources, indicating a competitive process was intended. This method generally promotes price discovery and potentially better value.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for necessary equipment.
Public Impact
Supports NASA's launch operations by providing essential cryogenic fluid handling equipment. Ensures the availability of critical infrastructure for future space missions. The fabrication process may create skilled manufacturing jobs in Florida.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen technical challenges arise during fabrication.
- Dependence on a single contractor for this specialized component.
Positive Signals
- Utilizes a competitive procurement process.
- Firm fixed price contract provides cost certainty.
- Supports critical space exploration infrastructure.
Sector Analysis
This contract falls within the miscellaneous manufacturing sector, supporting specialized industrial equipment. Spending in this area is often project-driven and tied to specific government or commercial initiatives.
Small Business Impact
The data indicates that small business participation was not a factor in this specific award, as the contractor is not listed as a small business and the 'sb' field is false.
Oversight & Accountability
The contract is managed by NASA, which has established oversight mechanisms for procurement and project execution. The firm fixed price nature of the contract provides a degree of cost control.
Related Government Programs
- All Other Miscellaneous Manufacturing
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for schedule delays due to fabrication complexity.
- Reliance on a single supplier for a critical component.
- Risk of cost escalation if material prices increase significantly.
- Ensuring long-term maintainability and availability of spare parts.
Tags
all-other-miscellaneous-manufacturing, national-aeronautics-and-space-administr, fl, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $5.0 million to PRECISION FABRICATING & CLEANING COMPANY, INC.. LAUNCH PAD ELEMENT (LPE) LIQUID NITROGEN (LN2) SKID FABRICATION
Who is the contractor on this award?
The obligated recipient is PRECISION FABRICATING & CLEANING COMPANY, 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 $5.0 million.
What is the period of performance?
Start: 2021-11-02. End: 2026-05-29.
What specific technical requirements necessitate the exclusion of sources prior to the full and open competition, and how was this justified?
The justification for excluding sources prior to the full and open competition would typically involve demonstrating that only a limited number of sources possess the necessary specialized capabilities, facilities, or proprietary technology. NASA would need to document this rationale thoroughly to ensure compliance with procurement regulations, ensuring fair opportunity while still leveraging unique expertise.
What are the key performance metrics and quality assurance procedures in place to ensure the LPE LN2 Skid meets NASA's stringent operational requirements?
Key performance metrics likely include flow rates, pressure tolerances, thermal insulation efficiency, and material compatibility with liquid nitrogen. Quality assurance would involve rigorous testing, inspections at various fabrication stages, material certifications, and adherence to industry standards like ASME. NASA quality assurance representatives would likely be involved throughout the process.
How does the $4.98M cost compare to industry benchmarks for similar custom-fabricated cryogenic fluid handling systems of this scale and complexity?
Without specific details on the skid's exact specifications (size, capacity, materials, integration complexity), a precise benchmark is difficult. However, for highly specialized, custom-built cryogenic systems for aerospace applications, $4.98M over a multi-year fabrication period is within a plausible range. A detailed cost-benefit analysis comparing this to alternative solutions or previous procurements would be beneficial.
Industry Classification
NAICS: Manufacturing › Other Miscellaneous Manufacturing › All Other Miscellaneous Manufacturing
Product/Service Code: AEROSPACE CRAFT LAUNCHING, LANDING, GROUND HANDLING AND SERVICING EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3975 E RAILROAD AVE, COCOA, FL, 32926
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,981,946
Exercised Options: $4,981,946
Current Obligation: $4,981,946
Actual Outlays: $4,301,009
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80KSC019D0005
IDV Type: IDC
Timeline
Start Date: 2021-11-02
Current End Date: 2026-05-29
Potential End Date: 2026-05-29 00:00:00
Last Modified: 2026-01-13
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 →