Nasa Awards $2.6M Dynamic Concept Study Report (CSR) Evaluation to Cornell Technical Services LLC for R&D
Contract Overview
Contract Amount: $2,618,434 ($2.6M)
Contractor: Cornell Technical Services LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-02-10
End Date: 2026-04-30
Contract Duration: 444 days
Daily Burn Rate: $5.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: COST PLUS FIXED FEE
Sector: R&D
Official Description: DYNAMIC CONCEPT STUDY REPORT (CSR) EVALUATION
Place of Performance
Location: COLUMBIA, HOWARD County, MARYLAND, 21046
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.6 million to CORNELL TECHNICAL SERVICES LLC for work described as: DYNAMIC CONCEPT STUDY REPORT (CSR) EVALUATION Key points: 1. Contract value of $2.6M for a 16-month period suggests a focused research effort. 2. The contract type (Cost Plus Fixed Fee) indicates potential for cost overruns if not closely managed. 3. Full and open competition after exclusion of sources implies a competitive process but with specific criteria. 4. The NAICS code 541715 points to research and development in physical, engineering, and life sciences. 5. Performance is expected in Maryland, potentially impacting the local R&D workforce. 6. The award date is February 10, 2025, with an end date of April 30, 2026.
Value Assessment
Rating: fair
The contract value of $2.6 million for a 16-month duration for a concept study report evaluation appears reasonable for specialized R&D services. However, without specific benchmarks for similar 'DYNAMIC CONCEPT STUDY REPORT (CSR) EVALUATION' contracts, a precise value-for-money assessment is challenging. The Cost Plus Fixed Fee (CPFF) contract type introduces inherent risk, as costs can exceed initial estimates, though the fixed fee component provides some predictability for the contractor's profit. Further analysis would require comparing the scope of work and deliverables to other R&D contracts within NASA or similar agencies.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This suggests that while the competition was open, specific criteria or requirements may have excluded certain potential bidders, leading to a potentially smaller but still competitive pool. The exact number of bidders is not provided, which limits a full assessment of the competition's intensity. A robust competition typically drives down prices and encourages innovation, but the 'after exclusion of sources' clause warrants a closer look at the justification for exclusions.
Taxpayer Impact: The competitive nature of this award, even with exclusions, is generally beneficial for taxpayers as it aims to secure the best value. However, understanding the rationale behind source exclusions is crucial to ensure that the competition was not unduly limited, which could have resulted in a higher price than a truly unrestricted open competition.
Public Impact
The primary beneficiaries are likely NASA's research and development initiatives, aiming to advance scientific and technological understanding. The contract will deliver a 'DYNAMIC CONCEPT STUDY REPORT (CSR) EVALUATION,' contributing to informed decision-making for future projects. Geographic impact is concentrated in Maryland, potentially supporting the local scientific and technical community. Workforce implications may include employment for specialized researchers, engineers, and technical staff within Cornell Technical Services LLC and potentially its subcontractors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee (CPFF) contract type can lead to cost overruns if not meticulously managed and monitored by the agency.
- The 'after exclusion of sources' clause in the competition type requires scrutiny to ensure fair and broad competition was maintained.
- Limited public information on the specific 'DYNAMIC CONCEPT STUDY REPORT (CSR) EVALUATION' makes it difficult to benchmark performance expectations and success metrics.
- The duration of the contract (444 days) is substantial for a study, raising questions about the project's complexity and potential for scope creep.
Positive Signals
- Award to Cornell Technical Services LLC, a known entity, suggests a level of confidence in their capabilities for this specific R&D task.
- The contract falls under a broad R&D category (NAICS 541715), indicating alignment with national priorities in science and technology.
- The full and open competition aspect, even with exclusions, points towards an effort to achieve competitive pricing and quality.
- The fixed fee component in the CPFF contract provides some cost certainty for the government regarding contractor profit.
Sector Analysis
The contract falls within the Research and Development (R&D) sector, specifically under NAICS code 541715, which covers physical, engineering, and life sciences research. This sector is characterized by innovation, specialized expertise, and often long development cycles. Spending in this area is critical for technological advancement and maintaining a competitive edge. Comparable spending benchmarks would involve looking at other NASA or federal agency contracts for similar R&D studies, particularly those involving concept evaluations and report generation in the physical and engineering sciences.
Small Business Impact
There is no indication from the provided data that this contract includes a small business set-aside. Furthermore, the data does not specify any subcontracting requirements for small businesses. Without this information, it is difficult to assess the direct impact on the small business ecosystem. Typically, larger R&D contracts may involve subcontracting opportunities, but this would need to be explicitly stated in the contract terms.
Oversight & Accountability
Oversight for this contract will primarily reside with the National Aeronautics and Space Administration (NASA). As a Cost Plus Fixed Fee (CPFF) contract, rigorous oversight of expenditures and progress is essential to manage costs effectively and ensure the contractor is meeting performance milestones. Transparency would be enhanced by public reporting of key findings from the CSR evaluation, where appropriate, and through NASA's internal audit and program management processes. The Inspector General's office at NASA would have jurisdiction for investigating any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- NASA Research and Development Programs
- Federal Scientific Research Grants
- Engineering and Technical Services Contracts
- Concept Study and Evaluation Contracts
- Physical and Engineering Sciences Research
Risk Flags
- Cost Plus Fixed Fee contract type carries inherent cost overrun risk.
- Justification for 'exclusion of sources' in competition needs review.
- Lack of specific performance metrics makes success evaluation difficult.
- Potential for scope creep in long-duration R&D studies.
Tags
research-and-development, nasa, cost-plus-fixed-fee, full-and-open-competition, scientific-research, engineering-services, maryland, contract-award, concept-study, technical-services, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.6 million to CORNELL TECHNICAL SERVICES LLC. DYNAMIC CONCEPT STUDY REPORT (CSR) EVALUATION
Who is the contractor on this award?
The obligated recipient is CORNELL TECHNICAL SERVICES 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 $2.6 million.
What is the period of performance?
Start: 2025-02-10. End: 2026-04-30.
What is the specific nature of the 'DYNAMIC CONCEPT STUDY REPORT (CSR) EVALUATION' being conducted?
The provided data does not detail the specific subject matter of the 'DYNAMIC CONCEPT STUDY REPORT (CSR) EVALUATION.' However, based on the NAICS code 541715 (Research and Development in the Physical, Engineering, and Life Sciences), the study likely pertains to evaluating novel concepts, technologies, or methodologies within these scientific domains. This could involve assessing feasibility, potential applications, risks, and benefits of a proposed concept before significant investment is made. The 'dynamic' aspect might imply an iterative or adaptive evaluation process. Further details would typically be found in the Statement of Work (SOW) or contract beserta.
How does the $2.6 million contract value compare to similar R&D concept study evaluations?
Benchmarking the $2.6 million contract value for a 'DYNAMIC CONCEPT STUDY REPORT (CSR) EVALUATION' against similar contracts is challenging without access to a comprehensive database of R&D study contracts with detailed scopes of work. However, for a 16-month (444 days) engagement focused on specialized research and evaluation, this amount appears within a reasonable range for federal R&D procurements. Factors influencing cost include the complexity of the concepts being evaluated, the required level of technical expertise, the number of personnel involved, and the specific deliverables. A more precise comparison would require identifying contracts with identical or highly similar NAICS codes, contract types (CPFF), and project durations.
What are the key risks associated with a Cost Plus Fixed Fee (CPFF) contract for R&D?
The primary risk with a Cost Plus Fixed Fee (CPFF) contract, especially in R&D, is the potential for cost overruns. While the contractor's profit is fixed, the government bears the risk of actual costs exceeding the estimated costs. If the R&D effort proves more complex or time-consuming than anticipated, the total government expenditure can increase significantly. Effective oversight, detailed cost tracking, and clear performance metrics are crucial to mitigate this risk. The contractor also faces risks if they cannot complete the work within the estimated cost structure, as their fee remains fixed regardless of their efficiency.
What does 'Full and Open Competition After Exclusion of Sources' imply for this contract?
'Full and Open Competition After Exclusion of Sources' signifies that the solicitation was made available to all responsible sources, but certain sources were excluded based on specific justifications. This implies that NASA had a rationale for excluding some potential offerors, perhaps due to specialized requirements, prior performance issues, or specific technological needs that only a subset of companies could meet. While it aims for competition, the exclusion clause means the pool of bidders might be smaller than in a completely unrestricted competition. The justification for these exclusions is critical for ensuring the integrity of the competitive process and maximizing value for taxpayers.
What is Cornell Technical Services LLC's track record with NASA or similar agencies?
The provided data identifies Cornell Technical Services LLC as the awardee but does not offer details on their past performance history with NASA or other federal agencies. To assess their track record, one would need to consult federal procurement databases (like SAM.gov or FPDS) for previous contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of disputes or contract terminations. A positive performance history with relevant agencies would indicate a lower risk for this current award.
How does the geographic location (Maryland) impact this contract?
The contract's performance location in Maryland places it within a region known for its significant federal government presence, including NASA facilities and a robust ecosystem of aerospace, defense, and R&D contractors. This proximity can facilitate collaboration, oversight, and access to a skilled workforce. It may also mean that a portion of the contract funds will be spent within the Maryland economy, supporting local businesses and employment in the scientific and technical sectors. However, it also means that competition might be more concentrated among companies with a physical presence or established operations in the area.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 9700 PATUXENT WOODS DR, COLUMBIA, MD, 21046
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,618,434
Exercised Options: $2,618,434
Current Obligation: $2,618,434
Actual Outlays: $1,258,755
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80LARC20D0007
IDV Type: IDC
Timeline
Start Date: 2025-02-10
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-02-20
More Contracts from Cornell Technical Services LLC
- Heliophysics Explorers Program 2022 Small Explorer (smex) Concept Study Report (CSR) Evaluation — $5.1M (National Aeronautics and Space Administration)
- 2023 Earth System Explorers (ESE) Concept Study Report (CSR) Evaluation — $5.0M (National Aeronautics and Space Administration)
- Science Office for Mission Assessments Planning Task — $3.9M (National Aeronautics and Space Administration)
- 2023 Astrophysics Probe Explorer (apex) Concept Study Report (CSR) Evaluation — $2.5M (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 →