NASA awards $2.6M contract for advanced optical sensor development to RC Integrated Systems LLC
Contract Overview
Contract Amount: $2,618,881 ($2.6M)
Contractor: RC Integrated Systems LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2024-03-26
End Date: 2027-03-25
Contract Duration: 1,094 days
Daily Burn Rate: $2.4K/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: P2 SEQUENTIAL - SINGLE APERTURE MULTIFUNCTIONAL OPTICAL SENSOR
Place of Performance
Location: TORRANCE, LOS ANGELES County, CALIFORNIA, 90501
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.6 million to RC INTEGRATED SYSTEMS LLC for work described as: P2 SEQUENTIAL - SINGLE APERTURE MULTIFUNCTIONAL OPTICAL SENSOR Key points: 1. Contract focuses on research and development for a specialized optical sensor. 2. RC Integrated Systems LLC, a California-based firm, secured the award. 3. The contract duration is approximately three years, ending in March 2027. 4. This award falls under the 'Research and Development in the Physical, Engineering, and Life Sciences' NAICS code. 5. The contract type is a definitive contract with a firm fixed price. 6. The award was made following full and open competition after exclusion of sources.
Value Assessment
Rating: good
The contract value of $2.6 million for a three-year R&D effort on a specialized optical sensor appears reasonable within the context of advanced technology development. Benchmarking against similar R&D contracts for complex sensor systems would provide a more precise assessment, but the scope suggests a significant technological undertaking. The firm fixed-price structure indicates 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: limited
The contract was awarded under 'full and open competition after exclusion of sources.' This suggests that while the competition was intended to be broad, specific circumstances or requirements led to the exclusion of certain potential bidders. The exact number of bidders is not specified, but the 'exclusion of sources' phrasing implies a more targeted approach than a purely open solicitation. This could potentially limit the breadth of innovative solutions considered.
Taxpayer Impact: While the competition was not entirely unrestricted, the 'full and open' aspect suggests an effort to achieve fair pricing. However, the exclusion of sources may have limited the number of competitive bids, potentially impacting the most aggressive price discovery for taxpayers.
Public Impact
The primary beneficiaries are NASA's research and development initiatives, aiming to advance optical sensing capabilities. The contract will deliver a 'P2 SEQUENTIAL - SINGLE APERTURE MULTIFUNCTIONAL OPTICAL SENSOR'. The geographic impact is primarily within California, where RC Integrated Systems LLC is located. Workforce implications include specialized engineering and scientific roles within the contractor's organization.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition due to 'exclusion of sources' phrasing.
- R&D contracts inherently carry risks of technological feasibility and performance.
- Dependence on a single contractor for this specific sensor development.
Positive Signals
- Firm fixed-price contract shifts cost risk to the contractor.
- Award to a specialized R&D firm suggests expertise in the required technology.
- Clear project scope and defined end date.
Sector Analysis
This contract falls within the broader aerospace and defense technology sector, specifically focusing on advanced sensor development. The market for specialized optical sensors is driven by government research needs, scientific exploration, and evolving defense requirements. Comparable spending benchmarks would likely be found in contracts for advanced imaging systems, scientific instrumentation, and specialized electronic components, often involving significant R&D investment.
Small Business Impact
The data indicates that small business participation (ss and sb fields) is not a primary focus of this specific award, as both are marked as false. There is no explicit small business set-aside mentioned. Therefore, the direct impact on the small business ecosystem for this particular contract is likely minimal, unless RC Integrated Systems LLC engages in subcontracting with small businesses, which is not detailed in the provided data.
Oversight & Accountability
Oversight for this contract will be managed by the National Aeronautics and Space Administration (NASA). Accountability measures are embedded within the firm fixed-price contract terms, requiring delivery of the specified sensor. Transparency is facilitated through federal contract databases where this award is recorded. Specific Inspector General jurisdiction would typically align with NASA's OIG for any potential investigations into fraud, waste, or abuse.
Related Government Programs
- NASA Research and Development Programs
- Advanced Sensor Technology Initiatives
- Optical Systems Engineering
- Scientific Instrumentation Contracts
Risk Flags
- Potential for limited competition.
- R&D project inherent technical risks.
- Contractor performance history not detailed.
Tags
nasa, research-and-development, optical-sensor, rc-integrated-systems-llc, firm-fixed-price, definitive-contract, california, physical-engineering-life-sciences, limited-competition, advanced-technology
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.6 million to RC INTEGRATED SYSTEMS LLC. P2 SEQUENTIAL - SINGLE APERTURE MULTIFUNCTIONAL OPTICAL SENSOR
Who is the contractor on this award?
The obligated recipient is RC INTEGRATED SYSTEMS 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 $2.6 million.
What is the period of performance?
Start: 2024-03-26. End: 2027-03-25.
What is the specific technological advancement expected from this 'P2 SEQUENTIAL - SINGLE APERTURE MULTIFUNCTIONAL OPTICAL SENSOR'?
The provided data does not detail the specific technological advancements expected from the 'P2 SEQUENTIAL - SINGLE APERTURE MULTIFUNCTIONAL OPTICAL SENSOR'. However, the NAICS code 'Research and Development in the Physical, Engineering, and Life Sciences' and the contract value suggest a focus on novel capabilities beyond existing off-the-shelf technology. Such sensors often aim for improved resolution, sensitivity, spectral range, or the ability to perform multiple sensing functions simultaneously (multifunctional) in a single aperture, potentially for applications in space observation, Earth science, or advanced imaging.
How does the 'full and open competition after exclusion of sources' process differ from standard full and open competition?
Standard 'full and open competition' means all responsible sources are permitted to submit an offer, and the contract is awarded to the responsible source submitting the lowest price, technically acceptable offer. 'Full and open competition after exclusion of sources' implies that while the competition was intended to be broad, certain sources were intentionally excluded based on specific justifications, such as proprietary data, unique capabilities, or prior development efforts. This can lead to a more limited pool of bidders than a truly unrestricted competition, potentially impacting the range of proposals and pricing received.
What are the potential risks associated with a firm fixed-price R&D contract?
Firm fixed-price (FFP) R&D contracts place the primary cost risk on the contractor. While this is generally favorable for the government, potential risks include the contractor underbidding due to overly optimistic technical assumptions, leading to potential quality compromises or contractor default if costs escalate unexpectedly. Conversely, if the contractor accurately estimates high costs, the FFP structure might deter innovation aimed at cost reduction during development. For R&D, the inherent uncertainty of achieving technical objectives means the contractor must build significant contingency into their price, which could result in a higher initial cost compared to cost-reimbursement contracts if the project is highly speculative.
What is the significance of the NAICS code 541715 for this contract?
The North American Industry Classification System (NAICS) code 541715, 'Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology),' signifies that this contract is for fundamental or applied research and experimental development in these scientific fields. This indicates that the work involves systematic study to gain new knowledge and understanding, or the application of research findings to create new or improve existing products, processes, or services. It places the contract firmly in the category of innovation and scientific advancement rather than routine production or services.
Can we compare the value of this contract to other similar NASA optical sensor R&D efforts?
Without access to a comprehensive database of NASA's specific optical sensor R&D contracts, a direct value comparison is challenging. However, $2.6 million over three years for the development of a specialized, multifunctional optical sensor aligns with the typical investment scale for advanced technology R&D within government agencies. Projects involving novel sensor design, fabrication, and testing often require significant engineering expertise and resources. To provide a more precise benchmark, one would need to analyze contracts with similar technical scope, complexity, and duration within NASA or other relevant federal agencies.
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: 20100 S WESTERN AVE, TORRANCE, CA, 90501
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $2,618,881
Exercised Options: $2,618,881
Current Obligation: $2,618,881
Actual Outlays: $2,343,526
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2024-03-26
Current End Date: 2027-03-25
Potential End Date: 2027-03-25 00:00:00
Last Modified: 2026-03-20
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 →