NASA awards $17.8M contract for design refresh services to Burgess & Niple, Inc
Contract Overview
Contract Amount: $17,779 ($17.8K)
Contractor: Burgess & Niple, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-02-12
End Date: 2026-04-24
Contract Duration: 71 days
Daily Burn Rate: $250/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: B1238 DESIGN REFRESH
Place of Performance
Location: CLEVELAND, CUYAHOGA County, OHIO, 44135
State: Ohio Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $17,779.11 to BURGESS & NIPLE, INC. for work described as: B1238 DESIGN REFRESH Key points: 1. Contract awarded for engineering services, indicating a need for specialized design expertise. 2. The contract duration is relatively short, suggesting a focused scope of work. 3. Firm Fixed Price contract type aims to control costs and provide budget certainty. 4. Awarded by NASA, a high-profile agency with significant R&D and infrastructure needs. 5. The contract is a Delivery Order, implying it's part of a larger indefinite-delivery contract vehicle. 6. The North American Industry Classification System (NAICS) code 541330 points to engineering services.
Value Assessment
Rating: fair
The contract value of $17.8 million for engineering services is moderate. Without specific deliverables or a comparison to similar design refresh projects within NASA or other agencies, it is difficult to definitively benchmark the value for money. The firm fixed-price structure suggests an attempt to manage costs, but the overall value depends heavily on the scope and quality of the design refresh.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to submit proposals. This competitive process is generally expected to yield fair market pricing and a selection of the most capable contractor. The number of bidders is not specified, which limits a deeper analysis of the competitive intensity.
Taxpayer Impact: Full and open competition is favorable for taxpayers as it promotes a competitive environment that can lead to better pricing and a wider selection of qualified contractors.
Public Impact
The primary beneficiaries are likely NASA's facilities and infrastructure, which will undergo a design refresh. The services delivered will focus on engineering and design, potentially improving the functionality and aesthetics of NASA facilities. The geographic impact is concentrated in Ohio, where the contractor is based. Workforce implications may include employment opportunities for engineers and designers at Burgess & Niple, Inc.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics makes it difficult to assess the contractor's track record on similar projects.
- The relatively short duration of the contract might indicate a limited scope, raising questions about the long-term impact of the design refresh.
- Without details on the specific design refresh requirements, it's challenging to evaluate the true value and necessity of the contract.
Positive Signals
- Awarded through full and open competition, suggesting a robust selection process.
- Firm Fixed Price contract type provides cost certainty for the government.
- The contractor, Burgess & Niple, Inc., is likely selected based on demonstrated capabilities in engineering services.
Sector Analysis
The engineering services sector is a critical component of government contracting, supporting a wide range of activities from infrastructure development to research and development. This contract for a design refresh falls within the broader professional, scientific, and technical services industry. Benchmarking this specific contract's value against similar design refresh projects within NASA or other federal agencies would require access to more detailed project scopes and pricing data.
Small Business Impact
The contract does not indicate any small business set-aside provisions (ss: false, sb: false). Therefore, the primary contractor is not a small business, and there is no explicit requirement for subcontracting to small businesses within the provided data. This means the direct impact on the small business ecosystem for this specific award is likely minimal, unless the prime contractor voluntarily engages small businesses in their subcontracting efforts.
Oversight & Accountability
Oversight for this contract would typically be managed by the National Aeronautics and Space Administration (NASA). Specific oversight mechanisms would include contract administration, performance monitoring, and quality assurance processes. Transparency is generally facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- NASA Facilities Engineering
- NASA Design and Construction Services
- Federal Engineering Services Contracts
- Professional, Scientific, and Technical Services
Risk Flags
- Potential for scope creep if design refresh requirements are not clearly defined.
- Risk of quality compromise if contractor prioritizes profit over thoroughness in an FFP contract.
- Dependence on contractor's expertise for successful design modernization.
Tags
engineering-services, nasa, ohio, firm-fixed-price, delivery-order, full-and-open-competition, professional-scientific-and-technical-services, design-services, federal-agency, moderate-value
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $17,779.11 to BURGESS & NIPLE, INC.. B1238 DESIGN REFRESH
Who is the contractor on this award?
The obligated recipient is BURGESS & NIPLE, 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 $17,779.11.
What is the period of performance?
Start: 2026-02-12. End: 2026-04-24.
What is the specific scope of the 'design refresh' for NASA facilities?
The provided data does not detail the specific scope of the 'design refresh' for NASA facilities. This contract, identified by the description 'B1238 DESIGN REFRESH,' is for engineering services. A design refresh typically involves updating or modernizing existing designs, potentially to incorporate new technologies, improve efficiency, meet updated codes and standards, or enhance aesthetics. Without further documentation, it is unclear if this pertains to architectural designs, engineering systems, or specific project blueprints. Further investigation into the contract's statement of work would be necessary to ascertain the precise nature and objectives of the design refresh.
How does the $17.8 million contract value compare to similar NASA design refresh projects?
Benchmarking the $17.8 million contract value against similar NASA design refresh projects is challenging with the provided data alone. Contract values for design services can vary significantly based on the scale, complexity, and specific requirements of the refresh. Factors such as the number of facilities involved, the age and condition of existing designs, and the desired outcomes (e.g., energy efficiency upgrades, technological integration) all influence cost. To conduct a meaningful comparison, one would need to access historical data on comparable NASA contracts, analyze their scopes of work, and consider the prevailing market rates for engineering services at the time of award.
What is Burgess & Niple, Inc.'s track record with NASA or similar federal agencies for design services?
The provided data indicates that Burgess & Niple, Inc. has been awarded this $17.8 million contract by NASA for engineering services. However, it does not offer details on their specific track record with NASA or other federal agencies for design refresh projects. A comprehensive assessment of their past performance would require reviewing their contract history, including past awards, performance evaluations, and any reported issues or successes on similar projects. This information is typically available through federal procurement databases and agency performance management systems.
What are the potential risks associated with this firm fixed-price contract for engineering services?
While a firm fixed-price (FFP) contract aims to provide cost certainty, potential risks exist. For the government, the primary risk is that the contractor may cut corners on quality or scope to maximize profit if the initial price is too high or if unforeseen challenges arise that are not adequately addressed in the contract's scope. For the contractor, the risk lies in underestimating the effort required, leading to reduced profit margins or even losses if the scope expands beyond what was anticipated and change orders are not approved or are insufficient. Effective oversight and a clearly defined scope of work are crucial to mitigate these risks.
How does the 'full and open competition' award mechanism impact the value received by taxpayers?
Awarding contracts through 'full and open competition' generally benefits taxpayers by fostering a competitive environment. This process allows any interested and qualified source to submit a bid, which typically drives down prices and encourages innovation as contractors vie for the award. The presence of multiple bidders increases the likelihood that the government will receive proposals that offer the best value in terms of price, technical approach, and overall capability. This competitive pressure helps ensure that taxpayer funds are used efficiently and effectively, leading to better outcomes for the services procured.
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: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 330 RUSH ALY STE 700, COLUMBUS, OH, 43215
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $17,779
Exercised Options: $17,779
Current Obligation: $17,779
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 80GRC025D0006
IDV Type: IDC
Timeline
Start Date: 2026-02-12
Current End Date: 2026-04-24
Potential End Date: 2026-04-24 00:00:00
Last Modified: 2026-04-10
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 →