NASA Awards $4M Task Order for Kennedy Facilities Engineering Services to Tesla Laboratories Inc
Contract Overview
Contract Amount: $4,028,549 ($4.0M)
Contractor: Tesla Laboratories Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-10-01
End Date: 2026-09-30
Contract Duration: 364 days
Daily Burn Rate: $11.1K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ESTABLISH FY26 INCREMENTALLY FUNDED TASK ORDER FOR KENNEDY FACILITIES ENGINEERING SERVICES IV (KFESS IV)
Place of Performance
Location: ORLANDO, BREVARD County, FLORIDA, 32899
State: Florida Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $4.0 million to TESLA LABORATORIES INC. for work described as: ESTABLISH FY26 INCREMENTALLY FUNDED TASK ORDER FOR KENNEDY FACILITIES ENGINEERING SERVICES IV (KFESS IV) Key points: 1. Spending is concentrated on engineering services for NASA's Kennedy Space Center. 2. Tesla Laboratories Inc. is the awardee under a full and open competition. 3. The contract is incrementally funded, suggesting potential for future funding adjustments. 4. The award is a task order under a broader BPA, indicating a pre-competed framework.
Value Assessment
Rating: good
The award amount of $4.03M for a 12-month period appears reasonable for specialized engineering services. Benchmarking against similar BPA call awards for facilities engineering at NASA would provide further context.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a robust price discovery process. The use of a BPA call indicates that the initial competition for the BPA likely established competitive pricing.
Taxpayer Impact: Taxpayer funds are being used efficiently through a competitive process for essential engineering services at a key NASA facility.
Public Impact
Supports critical infrastructure maintenance and upgrades at the Kennedy Space Center. Ensures continued operational readiness for space launch and research activities. Provides specialized engineering expertise for complex facility requirements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Incremental funding could lead to budget uncertainty if future increments are not approved.
- Reliance on a single awardee for this task order, though competition existed for the BPA.
Positive Signals
- Awarded through full and open competition, promoting fairness and value.
- Task order issued under an existing BPA, leveraging prior competitive efforts.
- Firm Fixed Price contract type provides cost certainty for this period.
Sector Analysis
This award falls within the Engineering Services sector, specifically supporting government facilities. Spending benchmarks for similar federal engineering services contracts are generally in the millions of dollars annually, depending on scope and complexity.
Small Business Impact
The data does not indicate any specific set-aside for small businesses for this particular task order. The primary contract vehicle (BPA) may have had small business considerations, but this specific award does not appear to be directly benefiting small businesses.
Oversight & Accountability
The award process under full and open competition and the use of a BPA suggest established oversight mechanisms. NASA's procurement regulations would govern the administration of this task order.
Related Government Programs
- Engineering Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Incremental Funding
- Task Order under BPA
- Potential for future funding needs
- Limited visibility into overall BPA performance
Tags
engineering-services, national-aeronautics-and-space-administr, fl, bpa-call, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $4.0 million to TESLA LABORATORIES INC.. ESTABLISH FY26 INCREMENTALLY FUNDED TASK ORDER FOR KENNEDY FACILITIES ENGINEERING SERVICES IV (KFESS IV)
Who is the contractor on this award?
The obligated recipient is TESLA LABORATORIES 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 $4.0 million.
What is the period of performance?
Start: 2025-10-01. End: 2026-09-30.
What is the total value and duration of the underlying BPA, and how many other task orders have been issued against it?
The provided data only details this specific task order. To assess the overall value and effectiveness of the BPA, information on its total ceiling, expiration date, and the number and value of all previously awarded task orders would be necessary. This broader context is crucial for understanding the cumulative spending and the extent of competition realized over the BPA's lifecycle.
How does the per-unit cost or labor rate for this task order compare to industry benchmarks for similar engineering services?
Without specific labor categories, hours, or detailed pricing structures, a direct per-unit cost comparison is not feasible. However, the total award of $4.03M for 364 days suggests a significant daily expenditure. A thorough analysis would require comparing the proposed labor rates and estimated hours against government-wide contract vehicles (like GSA schedules) or industry surveys for comparable engineering services.
What specific engineering services are covered under this task order, and how critical are they to NASA's mission objectives?
The task order is for 'Kennedy Facilities Engineering Services IV (KFESS IV)'. While the specific services aren't detailed, they likely encompass design, maintenance, repair, and upgrade engineering for the complex infrastructure at Kennedy Space Center. These services are critical for supporting launch operations, research facilities, and overall mission readiness, directly impacting NASA's ability to achieve its space exploration and scientific goals.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2711 RICHMOND HWY STE 200, ARLINGTON, VA, 22202
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $5,347,968
Exercised Options: $5,347,968
Current Obligation: $4,028,549
Actual Outlays: $1,637,954
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 80KSC025A0010
IDV Type: BPA
Timeline
Start Date: 2025-10-01
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-03-26
More Contracts from Tesla Laboratories Inc.
- Sheridan Ehrm CM Services — $208.9K (Department of Veterans Affairs)
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 →