NASA Awards $5.4M Contract to JBW 11 SERIES JV LLC for Kennedy Space Center Beach Road Repair
Contract Overview
Contract Amount: $5,412,913 ($5.4M)
Contractor: JBW 11 Series JV LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-09-15
End Date: 2026-03-04
Contract Duration: 170 days
Daily Burn Rate: $31.8K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: REPAIR BEACH ROAD AT KENNEDY SPACE CENTER, FLORIDA
Place of Performance
Location: ORLANDO, BREVARD County, FLORIDA, 32899
State: Florida Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $5.4 million to JBW 11 SERIES JV LLC for work described as: REPAIR BEACH ROAD AT KENNEDY SPACE CENTER, FLORIDA Key points: 1. Contract awarded to JBW 11 SERIES JV LLC for $5.4M. 2. Project aims to repair beach road at Kennedy Space Center, Florida. 3. The contract type is a definitive contract with a firm fixed price. 4. Competition was not available for this contract. 5. The contract duration is 170 days.
Value Assessment
Rating: fair
The contract value of $5.4M for road repair is difficult to assess without specific project scope and comparable projects. The firm fixed price suggests a defined cost, but the lack of competition raises questions about optimal pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not available for competition, indicating a limited competition approach. This method may impact price discovery and potentially lead to higher costs compared to a fully competitive process.
Taxpayer Impact: Taxpayer funds are being used for this repair. The lack of competition could mean a less than optimal price was secured, impacting the overall value for taxpayers.
Public Impact
Ensures continued access and safety at Kennedy Space Center. Supports infrastructure maintenance critical for NASA operations. Potential impact on local traffic and environment during repair period.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for cost overruns due to limited price discovery
Positive Signals
- Addresses critical infrastructure need
- Firm fixed price contract
Sector Analysis
This contract falls under the Highway, Street, and Bridge Construction sector. Spending in this sector is often driven by infrastructure needs and government investment in public works.
Small Business Impact
The contract was awarded to JBW 11 SERIES JV LLC. Further analysis is needed to determine if this entity qualifies as a small business and if opportunities were provided for other small businesses.
Oversight & Accountability
The National Aeronautics and Space Administration (NASA) is responsible for oversight. The firm fixed price contract provides some cost control, but monitoring progress and quality is essential.
Related Government Programs
- Highway, Street, and Bridge Construction
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Lack of competition
- Potential for inflated pricing
- Limited transparency in contractor selection
Tags
highway-street-and-bridge-construction, national-aeronautics-and-space-administr, fl, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $5.4 million to JBW 11 SERIES JV LLC. REPAIR BEACH ROAD AT KENNEDY SPACE CENTER, FLORIDA
Who is the contractor on this award?
The obligated recipient is JBW 11 SERIES JV 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 $5.4 million.
What is the period of performance?
Start: 2025-09-15. End: 2026-03-04.
What specific factors led to the determination that this contract was not available for competition?
The specific factors leading to the 'NOT AVAILABLE FOR COMPETITION' status are not detailed in the provided data. Typically, this designation arises from unique circumstances such as urgent needs, proprietary technology, or the unavailability of multiple responsible sources. Further investigation into NASA's justification would be required to understand the precise reasons.
What is the potential risk associated with a 'limited' competition for infrastructure repair projects?
Limited competition in infrastructure repair projects carries the risk of reduced price competitiveness. When fewer bidders are involved, the incentive to offer the lowest possible price diminishes. This can lead to higher costs for the government and taxpayers. Additionally, it may limit the pool of innovative solutions or specialized expertise that could be brought to bear in a more open bidding environment.
How does the firm fixed price contract structure impact the effectiveness of this repair project?
A firm fixed price contract aims to ensure effectiveness by establishing a set price regardless of the contractor's actual costs. This incentivizes the contractor to manage their expenses efficiently to maximize profit. For the government, it provides cost certainty. However, the effectiveness can be compromised if the initial scope is poorly defined, leading to change orders, or if the contractor cuts corners on quality to meet the fixed price.
Industry Classification
NAICS: Construction › Highway, Street, and Bridge Construction › Highway, Street, and Bridge Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 80KSC025R0010
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 16414 SAN PEDRO AVE STE 450, SAN ANTONIO, TX, 78232
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native Hawaiian Organization Owned Firm, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $5,412,913
Exercised Options: $5,412,913
Current Obligation: $5,412,913
Actual Outlays: $5,405,913
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2025-09-15
Current End Date: 2026-03-04
Potential End Date: 2026-03-04 00:00:00
Last Modified: 2026-01-16
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 →