NASA Awards $2.1M Design Contract for Vehicle Assembly Building Modifications to Merrick & Company

Contract Overview

Contract Amount: $2,108,576 ($2.1M)

Contractor: Merrick & Company

Awarding Agency: National Aeronautics and Space Administration

Start Date: 2024-09-26

End Date: 2026-05-26

Contract Duration: 607 days

Daily Burn Rate: $3.5K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: SOUTHEAST REGIONAL ARCHITECT-ENGINEER (SERAE) TASK ORDER TO PROVIDE DESIGN FOR VEHICLE ASSEMBLY BUILDING HIGH BAY 4 MODIFICATIONS , PROJECT CONTROL NUMBER 99500.3

Place of Performance

Location: ORLANDO, BREVARD County, FLORIDA, 32899

State: Florida Government Spending

Plain-Language Summary

National Aeronautics and Space Administration obligated $2.1 million to MERRICK & COMPANY for work described as: SOUTHEAST REGIONAL ARCHITECT-ENGINEER (SERAE) TASK ORDER TO PROVIDE DESIGN FOR VEHICLE ASSEMBLY BUILDING HIGH BAY 4 MODIFICATIONS , PROJECT CONTROL NUMBER 99500.3 Key points: 1. Contract awarded to Merrick & Company for design services. 2. Project involves modifications to the Vehicle Assembly Building High Bay 4. 3. The contract is valued at $2,108,575.78. 4. This task order falls under engineering services (NAICS 541330). 5. The contract duration is 607 days.

Value Assessment

Rating: good

The contract value of $2.1M for design services appears reasonable for a project of this scope. Benchmarking against similar NASA or large-scale facility modification design contracts would provide a more precise assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating a robust price discovery process. This method generally leads to more competitive pricing as multiple qualified firms can bid.

Taxpayer Impact: The use of full and open competition suggests taxpayers are likely receiving fair value for the services rendered, as market forces drive pricing.

Public Impact

Enhances critical infrastructure at NASA's Kennedy Space Center. Supports future space exploration missions by modernizing assembly facilities. Potential for job creation in engineering and related fields. Ensures compliance with modern safety and operational standards.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Positive Signals

Sector Analysis

This contract falls within the Engineering Services sector, specifically related to architectural and engineering services for large-scale government facilities. Spending in this sector is often driven by infrastructure upgrades and new construction projects.

Small Business Impact

The data indicates this contract was not set aside for small businesses and the awardee, Merrick & Company, is a large business. There is no indication of small business participation in this specific task order.

Oversight & Accountability

The National Aeronautics and Space Administration (NASA) is the contracting agency, suggesting a high level of oversight. The use of a firm fixed price contract provides cost certainty, and the task order structure allows for phased execution and monitoring.

Related Government Programs

Risk Flags

Tags

engineering-services, 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 $2.1 million to MERRICK & COMPANY. SOUTHEAST REGIONAL ARCHITECT-ENGINEER (SERAE) TASK ORDER TO PROVIDE DESIGN FOR VEHICLE ASSEMBLY BUILDING HIGH BAY 4 MODIFICATIONS , PROJECT CONTROL NUMBER 99500.3

Who is the contractor on this award?

The obligated recipient is MERRICK & COMPANY.

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 $2.1 million.

What is the period of performance?

Start: 2024-09-26. End: 2026-05-26.

What is the specific scope of the 'High Bay 4 Modifications' and how does it align with NASA's current and future mission needs?

The 'High Bay 4 Modifications' likely involve structural, electrical, or HVAC upgrades to enhance the functionality and capacity of this critical assembly area within the Vehicle Assembly Building. This alignment is crucial for supporting the assembly and integration of next-generation spacecraft and launch vehicles, directly impacting NASA's ability to execute its ambitious exploration and scientific missions.

Are there any potential risks associated with the 607-day duration for design services, such as schedule delays or cost overruns?

A 607-day duration for design services presents moderate risk. Potential issues include unforeseen site conditions, changes in technical requirements, or contractor performance issues that could lead to schedule slippage or necessitate change orders, impacting the overall project timeline and budget. Robust project management and clear communication channels are essential to mitigate these risks.

How will the effectiveness of the design services be measured, and what metrics will be used to ensure the modifications meet performance requirements?

Effectiveness will likely be measured through adherence to design specifications, compliance with building codes and NASA standards, and successful integration with existing systems. Key metrics may include the number of design revisions required, timely delivery of design packages, and post-construction performance validation to ensure the modifications achieve the intended operational improvements and safety standards.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: ARCHITECT/ENGINEER SERVICESARCH-ENG SVCS - GENERAL

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 5970 GREENWOOD PLAZA BLVD, GREENWOOD VILLAGE, CO, 80111

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,108,576

Exercised Options: $2,108,576

Current Obligation: $2,108,576

Actual Outlays: $1,290,067

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: 80KSC022DA115

IDV Type: IDC

Timeline

Start Date: 2024-09-26

Current End Date: 2026-05-26

Potential End Date: 2026-05-26 00:00:00

Last Modified: 2026-02-26

More Contracts from Merrick & Company

View all Merrick & Company federal contracts →

Other National Aeronautics and Space Administration Contracts

View all National Aeronautics and Space Administration contracts →

Explore Related Government Spending