NASA's $34.7M contract with General Dynamics for NSSC support services awarded under full and open competition
Contract Overview
Contract Amount: $34,678,859 ($34.7M)
Contractor: General Dynamics Information Technology, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2018-10-01
End Date: 2019-09-30
Contract Duration: 364 days
Daily Burn Rate: $95.3K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS CONTRACT PROVIDES SUPPORT SERVICES FOR THE NSSC NEXGEN CONTRACT. THIS CONTRACT INCLUDES TRANSACTIONAL SERVICES AND LEVEL OF EFFORT SERVICES.
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $34.7 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC. for work described as: THIS CONTRACT PROVIDES SUPPORT SERVICES FOR THE NSSC NEXGEN CONTRACT. THIS CONTRACT INCLUDES TRANSACTIONAL SERVICES AND LEVEL OF EFFORT SERVICES. Key points: 1. Contract provides essential support services for the NSSC NexGen contract, encompassing transactional and level of effort tasks. 2. Awarded to General Dynamics Information Technology, Inc., a significant player in the federal IT services market. 3. The contract duration of 364 days suggests a focus on immediate operational needs or a bridge to future requirements. 4. Firm Fixed Price contract type aims to control costs and provide predictability for the agency. 5. The absence of small business set-aside indicates a focus on large prime contractors for this specific requirement. 6. The contract's value is moderate within the context of large federal IT service procurements.
Value Assessment
Rating: good
The contract value of approximately $34.7 million for a one-year period appears reasonable for the scope of administrative and transactional support services. Benchmarking against similar large-scale IT support contracts awarded by NASA or other federal agencies would provide a more precise value-for-money assessment. The firm fixed price structure suggests an expectation of cost control by the agency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which can lead to better pricing and service offerings for the government.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the pool of potential offerors, driving down prices through market forces and ensuring the government receives the best value.
Public Impact
Benefits NASA's National Space and Security Center (NSSC) by ensuring continuity of essential support services. Delivers transactional and level of effort services critical for the NSSC NexGen contract's operational success. Primarily impacts NASA's administrative and operational functions, ensuring smooth processing and support. Supports a workforce potentially involved in administrative, IT, and specialized support roles within the NSSC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or outcome-based measures in the provided data.
- Potential for scope creep in level of effort services if not tightly managed.
- Dependence on a single large contractor could pose risks if performance falters.
Positive Signals
- Awarded under full and open competition, suggesting a robust selection process.
- Firm Fixed Price contract type provides cost certainty for the agency.
- General Dynamics is an established federal contractor with a track record in IT services.
Sector Analysis
This contract falls within the broader federal IT and professional services sector, which is a significant portion of government spending. The market for administrative and transactional support services is competitive, with many large and small businesses capable of providing these functions. NASA's spending in this area supports its complex mission operations and administrative needs.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the requirement was deemed suitable for large prime contractors, or that small business participation is expected to occur through subcontracting opportunities with the prime contractor, General Dynamics Information Technology, Inc. Further analysis would be needed to determine the extent of small business subcontracting.
Oversight & Accountability
Oversight for this contract would typically be managed by the National Aeronautics and Space Administration (NASA) contracting officer and potentially program managers. The firm fixed price nature of the contract provides a degree of accountability by linking payment to deliverables. Transparency is generally maintained through contract award databases, though specific performance reviews are often internal.
Related Government Programs
- NASA IT Support Services
- Federal Administrative Services Contracts
- NSSC Operations Support
- NexGen Contract Support
Risk Flags
- Potential for performance issues given the scope of support services.
- Risk associated with reliance on a single large prime contractor.
- Need for clear definition and management of 'level of effort' tasks.
Tags
nasa, general-dynamics-information-technology, support-services, administrative-services, it-services, firm-fixed-price, full-and-open-competition, mississippi, national-aeronautics-and-space-administration, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $34.7 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC.. THIS CONTRACT PROVIDES SUPPORT SERVICES FOR THE NSSC NEXGEN CONTRACT. THIS CONTRACT INCLUDES TRANSACTIONAL SERVICES AND LEVEL OF EFFORT SERVICES.
Who is the contractor on this award?
The obligated recipient is GENERAL DYNAMICS INFORMATION TECHNOLOGY, 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 $34.7 million.
What is the period of performance?
Start: 2018-10-01. End: 2019-09-30.
What is the historical spending trend for similar support services at NASA's NSSC?
Analyzing historical spending for similar support services at NASA's NSSC requires access to detailed procurement data over multiple fiscal years. While this specific contract represents a $34.7 million award for a one-year period (2018-2019), understanding the trend involves looking at prior contracts for NSSC support, NexGen contract services, and related administrative functions. Factors such as contract duration, scope changes, and competition levels in previous awards would be crucial. A trend analysis might reveal increasing or decreasing investment in these services, potential shifts in contractor performance, or changes in the agency's reliance on external support. Without historical data, it's difficult to ascertain if this $34.7 million represents an increase, decrease, or stable level of spending for these critical support functions.
How does the performance of General Dynamics Information Technology, Inc. on similar federal contracts compare?
Assessing the performance of General Dynamics Information Technology, Inc. (GDIT) on similar federal contracts involves reviewing past performance evaluations, contract award histories, and any documented issues or commendations. GDIT is a large, established federal contractor with a broad portfolio across various agencies and service types, including IT support, administrative services, and mission support. A comparative analysis would look at metrics such as on-time delivery, quality of service, adherence to budget (especially for cost-reimbursable contracts), and customer satisfaction ratings (e.g., CPARS - Contractor Performance Assessment Reporting System). For this specific NSSC NexGen support contract, understanding GDIT's performance history in similar environments, particularly within NASA or other large civilian agencies, would provide insight into their capability to meet the requirements effectively and efficiently.
What are the key performance indicators (KPIs) used to measure the success of this contract?
The provided data does not explicitly detail the Key Performance Indicators (KPIs) for this specific contract. However, for a contract involving transactional and level of effort services, typical KPIs would likely focus on efficiency, accuracy, timeliness, and responsiveness. For transactional services, metrics might include the volume of transactions processed per unit of time, error rates, and turnaround times for specific requests. For level of effort services, KPIs could relate to the efficient utilization of labor hours, adherence to project milestones (if applicable), and the successful completion of assigned tasks within the allocated effort. The firm fixed price nature suggests that the contractor is incentivized to meet these performance standards to ensure profitability, and NASA would likely have internal mechanisms to monitor adherence to the contract's statement of work and any associated performance expectations.
What is the potential impact of this contract on NASA's overall IT modernization efforts?
This contract focuses on support services for the NSSC NexGen contract, which implies it plays a role in enabling or maintaining NASA's operational capabilities. While not directly a modernization contract itself, the efficiency and effectiveness of these support services can indirectly impact IT modernization. Reliable transactional and level of effort support ensures that existing systems function smoothly, freeing up agency resources and personnel to focus on strategic modernization initiatives. Conversely, if these support services are inefficient or problematic, they could hinder modernization efforts by consuming excessive resources or creating instability. The NexGen aspect suggests a forward-looking component, and the support services are likely crucial for its successful implementation and ongoing operation.
Are there any identified risks associated with General Dynamics Information Technology, Inc. as the contractor for this service?
General Dynamics Information Technology, Inc. (GDIT) is a large and experienced federal contractor, generally considered to have a strong track record. However, risks can exist with any large contract. Potential risks might include performance issues related to the complexity of the NSSC NexGen requirements, challenges in managing the level of effort component to ensure cost-effectiveness, or potential disruptions if key personnel depart. Dependence on a single large contractor also presents a risk if unforeseen issues arise. NASA's procurement process, including past performance reviews, aims to mitigate these risks. Furthermore, the firm fixed price structure inherently shifts some risk to the contractor, incentivizing them to manage performance effectively to avoid cost overruns.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Office Administrative Services › Office Administrative Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: General Dynamics Corp
Address: 3150 FAIRVIEW PARK DR STE 100, FALLS CHURCH, VA, 22042
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $34,678,859
Exercised Options: $34,678,859
Current Obligation: $34,678,859
Actual Outlays: $7,515,866
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: NNX16MA01B
IDV Type: IDC
Timeline
Start Date: 2018-10-01
Current End Date: 2019-09-30
Potential End Date: 2019-09-30 00:00:00
Last Modified: 2022-10-28
More Contracts from General Dynamics Information Technology, Inc.
- Global Security Engineering&supply Chain Services — $1.5B (Department of State)
- THE Purpose of This Action IS to Establish a NEW Contract With General Dynamics Information Technology for Global Supply Chain Management, Logistics and Technology Development Services to Support the Department of State. the Initial Funding Associated With This Contract IS $22,304,578.00. the Overall Contract Value IS $2,200,000,000.00 — $1.2B (Department of State)
- Cloud Products&tools (CPT) — $902.0M (Department of Health and Human Services)
- Beneficiary Contact Center Operations — $879.1M (Department of Health and Human Services)
- Award of Task Order 47qfca210051-Nawcad Wolf Ship and AIR C5isr Systems Support — $832.3M (General Services Administration)
View all General Dynamics Information Technology, Inc. federal contracts →
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 →