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
- Full and open competition utilized.
- Clear project scope and objectives.
- Firm fixed price contract type.
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
- Engineering Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for schedule slippage given the 607-day duration.
- Scope creep risk if modifications are extensive.
- Dependence on a single large firm for critical design work.
- Lack of small business participation.
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 Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-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
- Nbaf - Accelerated Project Management, Stand-Up Planning and Recommissioning — $24.2M (Department of Agriculture)
- Contract Award for the Plum Island Animal Disease Center (piadc) Plum Island Closure and Support (pics) Program Scientific, Technical and Engineering Support (stens) Project — $12.6M (Department of Homeland Security)
- Biorepository Transfer Support — $3.8M (Department of Agriculture)
- Engineering Services During the Construction (esdc) of Vehicle Assembly Building (VAB) High BAY 3 Platform Upgrades — $2.7M (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 →