NASA awards $2.03M R&D contract to COLLABORATION.AI for dual-purpose defense technologies
Contract Overview
Contract Amount: $2,026,555 ($2.0M)
Contractor: Collaboration.ai, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2023-04-17
End Date: 2027-04-16
Contract Duration: 1,460 days
Daily Burn Rate: $1.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 500
Pricing Type: FIRM FIXED PRICE
Sector: R&D
Official Description: EO14042 - OPEN CALL FOR INNOVATIVE DEFENSE-RELATED DUAL-PURPOSE TECHNOLOGIES/SOLUTIONS WITH A CLEAR AIR FORCE STAKEHOLDER NEED
Place of Performance
Location: MINNEAPOLIS, HENNEPIN County, MINNESOTA, 55415
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.0 million to COLLABORATION.AI, LLC for work described as: EO14042 - OPEN CALL FOR INNOVATIVE DEFENSE-RELATED DUAL-PURPOSE TECHNOLOGIES/SOLUTIONS WITH A CLEAR AIR FORCE STAKEHOLDER NEED Key points: 1. Contract focuses on innovative defense-related dual-purpose technologies, aligning with Air Force stakeholder needs. 2. The contract is a definitive contract with a firm-fixed-price type, indicating clear cost expectations. 3. Awarded to COLLABORATION.AI, LLC, this contract falls under R&D in Physical, Engineering, and Life Sciences. 4. The contract duration is 1460 days, suggesting a medium-term investment in technological development. 5. The contract was awarded under full and open competition after exclusion of sources, implying a competitive process. 6. The North American Industry Classification System (NAICS) code 541715 points to significant research and development activity.
Value Assessment
Rating: good
The contract value of $2.03 million for a 4-year R&D effort appears reasonable for specialized technology development. Benchmarking against similar contracts for dual-purpose technology research would provide a more precise value-for-money assessment. The firm-fixed-price structure suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government.
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 indicates that while the initial solicitation might have had some exclusions, the final award was made through a competitive process open to all eligible offerors. The specific number of bidders is not provided, but the designation suggests a deliberate effort to ensure a competitive landscape.
Taxpayer Impact: This competitive approach is beneficial for taxpayers as it aims to secure the best value by encouraging multiple companies to bid, potentially driving down costs and fostering innovation.
Public Impact
The primary beneficiaries are the U.S. Air Force stakeholders who will receive innovative dual-purpose technologies. The contract aims to deliver advanced solutions that can serve both defense and civilian applications. The geographic impact is likely national, focusing on research and development centers and potential deployment sites. Workforce implications may include highly skilled researchers, engineers, and technical staff within COLLABORATION.AI and its potential subcontractors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in the provided data makes it difficult to assess the likelihood of successful technology development.
- The 'exclusion of sources' in the competition type, though followed by open competition, warrants a closer look at the initial exclusion criteria to ensure fairness.
- The specific nature of 'dual-purpose technologies' can sometimes lead to scope creep if not clearly defined and managed.
Positive Signals
- The firm-fixed-price contract type shifts cost risk to the contractor, which is a positive signal for budget predictability.
- Awarding to a single entity (COLLABORATION.AI, LLC) suggests a focused approach to a specific technological need.
- The contract's alignment with Air Force stakeholder needs indicates a clear government requirement and potential for impactful application.
Sector Analysis
This contract falls within the Research and Development sector, specifically focusing on physical, engineering, and life sciences. The market for dual-purpose technologies is growing, driven by national security needs and the desire for cost-effective solutions that have broader applications. Comparable spending in this area often involves significant investment in advanced materials, AI, cybersecurity, and aerospace technologies. The total contract value of $2.03 million is modest for a 4-year R&D effort, suggesting a targeted project rather than a broad research program.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications specifically mandated for small businesses through a set-aside. However, COLLABORATION.AI, LLC may choose to engage small businesses as subcontractors based on their project needs and capabilities, which could indirectly benefit the small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily fall under the National Aeronautics and Space Administration (NASA), given their role as the awarding agency. Specific oversight mechanisms would likely include regular progress reports from COLLABORATION.AI, milestone reviews, and financial audits. Transparency is generally maintained through contract award databases and public reporting, though the detailed technical progress may be sensitive. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Defense Advanced Research Projects Agency (DARPA) Programs
- Air Force Research Laboratory (AFRL) Contracts
- Small Business Innovation Research (SBIR) / Small Business Technology Transfer (STTR) Programs
- NASA Technology Transfer Programs
Risk Flags
- Potential for scope creep in dual-purpose technology definition.
- Uncertainty regarding contractor's specific past performance on similar projects.
- Need for detailed performance metrics to assess R&D success.
Tags
research-and-development, nasa, collaboration.ai-llc, firm-fixed-price, definitive-contract, full-and-open-competition, defense-technology, dual-purpose-technology, air-force, minnesota, technology-innovation
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.0 million to COLLABORATION.AI, LLC. EO14042 - OPEN CALL FOR INNOVATIVE DEFENSE-RELATED DUAL-PURPOSE TECHNOLOGIES/SOLUTIONS WITH A CLEAR AIR FORCE STAKEHOLDER NEED
Who is the contractor on this award?
The obligated recipient is COLLABORATION.AI, 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 $2.0 million.
What is the period of performance?
Start: 2023-04-17. End: 2027-04-16.
What is the track record of COLLABORATION.AI, LLC in delivering similar dual-purpose technologies?
Information regarding COLLABORATION.AI, LLC's specific track record in delivering dual-purpose technologies is not detailed in the provided data. A thorough assessment would require examining past performance on similar government contracts, particularly those involving research and development in defense-related fields. Key indicators would include successful project completion, adherence to timelines and budgets, and positive feedback from previous government agencies. Without this specific data, it's challenging to definitively assess their capability and reliability for this particular contract. Further investigation into their contract history and client testimonials would be necessary.
How does the $2.03 million contract value compare to similar R&D efforts for dual-purpose technologies?
The $2.03 million contract value for a 4-year R&D effort in dual-purpose technologies is on the lower end for significant technological development, suggesting a focused scope or a specific phase of research. Comparable contracts in areas like AI, advanced materials, or cybersecurity for defense applications can range from several million to hundreds of millions of dollars, depending on the complexity, maturity, and scale of the technology. This contract's value might be appropriate for proof-of-concept studies, early-stage prototyping, or specialized component development. A detailed benchmark would require comparing the specific technical objectives and deliverables against other awarded contracts within the same NAICS code and with similar agency focuses.
What are the primary risks associated with this contract, and how are they being mitigated?
Primary risks include technological feasibility (whether the proposed solutions can be developed successfully), schedule delays (common in R&D), and potential cost overruns (though mitigated by the firm-fixed-price structure). Scope creep is another risk if the 'dual-purpose' nature isn't tightly defined. Mitigation strategies likely involve rigorous project management, phased reviews, clear deliverable definitions, and the contractor's own risk management processes. The firm-fixed-price nature places the financial risk of overruns on COLLABORATION.AI, LLC, incentivizing efficient execution. NASA's oversight will also play a crucial role in monitoring progress and addressing issues proactively.
How effective is the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' approach in ensuring value for taxpayers?
This competition approach aims to balance ensuring a broad pool of potential offerors with addressing specific initial requirements or constraints. By excluding certain sources initially, the government might be targeting specific capabilities or technologies. However, following this with 'full and open competition' ensures that a wide range of qualified vendors can still bid, promoting price discovery and innovation. This method can be effective if the initial exclusions are justified and do not unduly limit competition. For taxpayers, it means the government is likely seeking the most competitive bids possible after defining its initial parameters, which should lead to better value.
What is the historical spending pattern for R&D contracts under NAICS code 541715 by NASA?
Historical spending by NASA under NAICS code 541715 (Research and Development in the Physical, Engineering, and Life Sciences) typically involves significant investment across various scientific and engineering disciplines. NASA frequently awards contracts for space exploration technologies, aeronautics research, and advanced materials. Spending patterns can fluctuate based on agency priorities, budget allocations, and specific mission objectives. While this $2.03 million contract is relatively small, NASA's overall R&D spending in this category can amount to billions annually, supporting a wide array of research institutions and private companies. Analyzing past NASA solicitations and awards within this NAICS code would reveal trends in funding levels, contract types, and research focus areas.
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: RESEARCH AND DEVELOPMENT › General Science and Technology R&D Services
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 500
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1120 S 2ND ST. SUITE 811, MINNEAPOLIS, MN, 55415
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,977,916
Exercised Options: $2,026,555
Current Obligation: $2,026,555
Actual Outlays: $1,496,366
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2023-04-17
Current End Date: 2027-04-16
Potential End Date: 2027-04-16 00:00:00
Last Modified: 2026-02-03
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 →