NASA Awards $577K Contract to S R Davis Inc for Building 4570 Refurbishment
Contract Overview
Contract Amount: $57,722 ($57.7K)
Contractor: S R Davis Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-05-06
End Date: 2027-02-22
Contract Duration: 657 days
Daily Burn Rate: $88/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: THE PURPOSE OF THIS ORDER IS TO REFURBISH THE SECOND FLOOR OF BUILDING 4570 PER FWR R001054518 IFB PACKAGE.
Place of Performance
Location: HUNTSVILLE, MADISON County, ALABAMA, 35898
State: Alabama Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $57,722 to S R DAVIS INC for work described as: THE PURPOSE OF THIS ORDER IS TO REFURBISH THE SECOND FLOOR OF BUILDING 4570 PER FWR R001054518 IFB PACKAGE. Key points: 1. Contract awarded to S R Davis Inc for refurbishment of Building 4570. 2. Project scope includes second-floor refurbishment per FWR R001054518 IFB package. 3. The contract is a Firm Fixed Price type. 4. Duration of the contract is 657 days.
Value Assessment
Rating: fair
The contract value of $577,220 for a two-year refurbishment project appears within a reasonable range for commercial and institutional building construction. Benchmarking against similar projects would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a limited competition. This method may not yield the most competitive pricing compared to unrestricted full and open competition.
Taxpayer Impact: Taxpayer funds are being used for this refurbishment. The pricing impact of limited competition needs to be monitored to ensure value for money.
Public Impact
Facility upgrades at NASA contribute to operational efficiency and safety. The refurbishment will impact personnel working on the second floor of Building 4570. Investment in infrastructure supports the agency's long-term mission capabilities.
Waste & Efficiency Indicators
Waste Risk Score: 88 / 10
Warning Flags
- Limited competition may lead to suboptimal pricing.
- Potential for scope creep or unforeseen issues in refurbishment projects.
Positive Signals
- Clear project scope defined by IFB package.
- Firm Fixed Price contract provides cost certainty.
Sector Analysis
This contract falls under Commercial and Institutional Building Construction. Spending in this sector for government facilities is driven by maintenance, upgrades, and new construction needs, often influenced by agency-specific requirements and infrastructure lifecycles.
Small Business Impact
The data indicates that small business participation was not a factor in this award (ss: false, sb: false). Further analysis would be needed to determine if opportunities were missed or if the nature of the contract precluded small business involvement.
Oversight & Accountability
The award is managed by the National Aeronautics and Space Administration (NASA). Oversight would involve ensuring adherence to contract terms, quality of work, and timely completion within the allocated budget.
Related Government Programs
- Commercial and Institutional Building Construction
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Limited competition may result in higher costs.
- Potential for delays in refurbishment projects.
- Scope definition relies on IFB package, requiring careful management.
- No explicit mention of small business participation.
Tags
commercial-and-institutional-building-co, national-aeronautics-and-space-administr, al, delivery-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $57,722 to S R DAVIS INC. THE PURPOSE OF THIS ORDER IS TO REFURBISH THE SECOND FLOOR OF BUILDING 4570 PER FWR R001054518 IFB PACKAGE.
Who is the contractor on this award?
The obligated recipient is S R DAVIS 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 $57,722.
What is the period of performance?
Start: 2025-05-06. End: 2027-02-22.
What is the estimated cost per square foot for this refurbishment, and how does it compare to industry benchmarks for similar government building projects?
Without the square footage of the second floor of Building 4570, a precise cost per square foot cannot be calculated. However, the total contract value of $577,220 over 657 days suggests a significant investment. Industry benchmarks for commercial building renovations vary widely based on scope, location, and materials, but a rough estimate could be derived if floor area data were available for comparison.
What specific factors led to the exclusion of sources in this 'Full and Open Competition After Exclusion of Sources' award, and what was the justification for limiting the competitive pool?
The justification for excluding sources typically involves specific technical requirements, past performance, or unique capabilities that only a limited number of contractors can meet. NASA would need to document that only certain firms possessed the necessary qualifications or that the nature of the refurbishment demanded specialized expertise, thereby limiting the pool of eligible bidders.
How will NASA ensure the effectiveness and long-term value of the refurbishment, particularly in terms of energy efficiency, durability, and adaptability to future needs?
NASA can ensure effectiveness by implementing rigorous quality assurance measures during construction, conducting thorough inspections, and requiring adherence to specified materials and standards. Post-completion, performance monitoring and user feedback will be crucial. Incorporating sustainable building practices and designing for future adaptability can enhance long-term value and reduce lifecycle costs.
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
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1303 WELTI RD SE, CULLMAN, AL, 35055
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $57,722
Exercised Options: $57,722
Current Obligation: $57,722
Actual Outlays: $1,671
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80MSFC24DA013
IDV Type: IDC
Timeline
Start Date: 2025-05-06
Current End Date: 2027-02-22
Potential End Date: 2027-02-22 00:00:00
Last Modified: 2026-04-08
More Contracts from S R Davis Inc
- LED Lighting C105 PER FWR R001047688 — $19.9K (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 →