NASA awards $697K contract for wireless water meter data connections to Apache Electrical Contractors Inc
Contract Overview
Contract Amount: $69,738 ($69.7K)
Contractor: Apache Electrical Contractors Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2023-01-09
End Date: 2026-05-01
Contract Duration: 1,208 days
Daily Burn Rate: $58/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: INSTALL REPLACEMENT WIRELESS DATA CONNECTION FOR WATER METER MSFC-PWM0006 (4200 NW) PER FWR R000922905
Place of Performance
Location: HUNTSVILLE, MADISON County, ALABAMA, 35812
State: Alabama Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $69,738 to APACHE ELECTRICAL CONTRACTORS INC for work described as: INSTALL REPLACEMENT WIRELESS DATA CONNECTION FOR WATER METER MSFC-PWM0006 (4200 NW) PER FWR R000922905 Key points: 1. Contract awarded for essential infrastructure upgrade at MSFC. 2. Focus on enhancing water meter data collection efficiency. 3. Contract duration of approximately 3 years. 4. Fixed-price contract type aims to control costs. 5. Small business set-aside was not utilized. 6. Geographic location of work is Alabama.
Value Assessment
Rating: good
The contract value of $697,380 for installing replacement wireless data connections for water meters appears reasonable given the scope of work. While specific benchmarking data for this exact service is limited, the fixed-price nature of the contract provides cost certainty. The duration of the contract (approximately 3 years) also suggests a comprehensive installation and potential initial support phase, which aligns with typical infrastructure projects of this nature.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. This indicates that while the competition was intended to be open, certain sources were excluded, potentially limiting the pool of bidders. Further details on the reasons for exclusion would be necessary to fully assess the competitive landscape and its impact on pricing.
Taxpayer Impact: The exclusion of sources, even if justified, may have reduced the number of competitive bids, potentially leading to a less favorable price for taxpayers compared to a truly open competition.
Public Impact
Benefits NASA's Marshall Space Flight Center (MSFC) by improving water meter data management. Enhances operational efficiency through automated data collection. Supports infrastructure modernization at a key federal facility. Workforce implications include skilled electrical and data technicians.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition due to exclusion of sources.
- Lack of detailed cost breakdown makes value assessment challenging.
Positive Signals
- Fixed-price contract provides cost predictability.
- Clear objective for infrastructure improvement.
- Contract awarded to a single entity, suggesting a focused approach.
Sector Analysis
This contract falls within the Commercial and Institutional Building Construction sector, specifically related to utility and data infrastructure. Spending in this area is crucial for maintaining and upgrading federal facilities. Comparable spending benchmarks would typically involve projects for installing or upgrading building systems, including data networks and utility monitoring, across various government agencies.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. This means opportunities for small businesses in this specific procurement were likely limited unless they were prime contractors capable of meeting the full scope of work.
Oversight & Accountability
Oversight for this contract would primarily fall under NASA's internal procurement and project management offices. The fixed-price nature of the contract provides a degree of accountability for the contractor to deliver the specified services within the agreed budget. Transparency would be enhanced by public contract databases, but detailed performance metrics are not provided.
Related Government Programs
- NASA Facilities Modernization Projects
- Federal Building Infrastructure Upgrades
- Utility Management Systems Contracts
- Wireless Data Network Installations
Risk Flags
- Potential for reduced competition due to source exclusion.
- Limited public information on contractor's past performance.
- Lack of detailed cost breakdown for value assessment.
Tags
construction, nasa, alabama, delivery-order, firm-fixed-price, limited-competition, infrastructure, data-connection, water-meter, commercial-institutional-building-construction
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $69,738 to APACHE ELECTRICAL CONTRACTORS INC. INSTALL REPLACEMENT WIRELESS DATA CONNECTION FOR WATER METER MSFC-PWM0006 (4200 NW) PER FWR R000922905
Who is the contractor on this award?
The obligated recipient is APACHE ELECTRICAL CONTRACTORS 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 $69,738.
What is the period of performance?
Start: 2023-01-09. End: 2026-05-01.
What specific wireless technology is being implemented for the water meter data connections?
The provided data does not specify the exact wireless technology to be used for the water meter data connections. This could range from cellular (e.g., LTE-M, NB-IoT) to proprietary radio frequency (RF) mesh networks, or even Wi-Fi based solutions depending on the coverage requirements and existing infrastructure at MSFC. Understanding the chosen technology is crucial for assessing its long-term reliability, data security, and potential integration challenges with existing systems. Further details would likely be found in the contract's statement of work or technical specifications.
What were the primary reasons for excluding certain sources in the competition?
The data indicates the contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' but does not specify the reasons for this exclusion. Typically, such exclusions might be based on factors like the need for proprietary technology, existing infrastructure compatibility, specialized expertise, or urgent requirements where only a limited number of contractors could respond effectively. Without knowing the specific justification, it's difficult to definitively assess if this exclusion significantly impacted the competitive pricing or limited the potential for innovation from a broader range of vendors.
How does the cost of this contract compare to similar wireless data installation projects at other federal facilities?
Benchmarking this contract's cost requires comparing it to similar projects involving the installation of wireless data connections for utility monitoring at other federal facilities. Factors such as the number of meters, the complexity of the installation environment (e.g., underground vs. above ground), the required data transmission rates, and the specific wireless technology employed all influence cost. Given the $697,380 award for approximately 1208 days (around 3.3 years), a detailed cost-per-meter or cost-per-year analysis would be needed, comparing it against publicly available data for comparable NASA or other agency projects to determine if it represents good value for money.
What is the track record of Apache Electrical Contractors Inc. with NASA or similar government contracts?
The provided data identifies Apache Electrical Contractors Inc. as the awardee but does not offer details on their past performance history, particularly with NASA or other federal agencies. A comprehensive assessment would require reviewing their contract history, including past performance evaluations, any reported issues or successes on similar projects, and their experience with electrical and data infrastructure installations. This information is critical for understanding their capability to successfully execute this contract and manage associated risks.
What are the potential risks associated with the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award type?
The primary risk associated with 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' is the potential for reduced competition, which could lead to higher prices than might be achieved in a truly open market. If the exclusion criteria were overly restrictive or not well-justified, it could limit the number of capable bidders, thereby reducing price pressure. Additionally, if the excluded sources possessed unique capabilities or cost advantages, taxpayers might not be receiving the best possible value. Transparency regarding the justification for exclusions is key to mitigating this risk.
What are the expected improvements in operational efficiency at MSFC resulting from this contract?
The installation of replacement wireless data connections for water meters is expected to significantly improve operational efficiency at NASA's Marshall Space Flight Center (MSFC). By enabling real-time or near real-time data collection, manual meter reading processes can be reduced or eliminated, saving labor costs and minimizing human error. This automated system allows for more frequent monitoring of water usage, leak detection, and potentially better resource management. The data gathered can also inform predictive maintenance and infrastructure planning, contributing to overall facility management effectiveness.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCTION OF BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 80MSFC19D0017
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 115 RYLAND RIDGE CIR #39, HUNTSVILLE, AL, 35811
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $69,738
Exercised Options: $69,738
Current Obligation: $69,738
Actual Outlays: $55,790
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80MSFC19D0017
IDV Type: IDC
Timeline
Start Date: 2023-01-09
Current End Date: 2026-05-01
Potential End Date: 2026-05-01 00:00:00
Last Modified: 2026-04-01
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 →