NASA awards $274,900 for Fuel Quantity Processing Units to Sentinel Aerospace, LLC
Contract Overview
Contract Amount: $274,900 ($274.9K)
Contractor: Sentinel Aerospace, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-04-02
End Date: 2026-04-30
Contract Duration: 28 days
Daily Burn Rate: $9.8K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FUEL QUANTITY PROCESSING UNIT, P/N 0335KPU03 WITH SOFTWARE VERSION 2869-ONT-000-06 OR NEWER INSTALLED
Place of Performance
Location: CHANDLER, MARICOPA County, ARIZONA, 85225
State: Arizona Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $274,900 to SENTINEL AEROSPACE, LLC for work described as: FUEL QUANTITY PROCESSING UNIT, P/N 0335KPU03 WITH SOFTWARE VERSION 2869-ONT-000-06 OR NEWER INSTALLED Key points: 1. The contract is for specialized fuel processing units, indicating a niche but critical component. 2. Sentinel Aerospace, LLC is the sole awardee, raising questions about competition. 3. The award value is relatively small, potentially limiting broad market impact. 4. The sector is 'Other Aircraft Parts and Auxiliary Equipment Manufacturing', suggesting a specialized industrial base.
Value Assessment
Rating: fair
The award of $274,900 for two units appears to be within a reasonable range for specialized aerospace components, though direct comparable contract data is limited.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP (Simplified Acquisition Procedures), suggesting a limited competition approach. This method may not yield the most competitive pricing compared to full and open competition.
Taxpayer Impact: The taxpayer impact is minimal given the relatively small contract value, but the lack of broad competition could represent a missed opportunity for cost savings.
Public Impact
Ensures continued operational capability for aircraft requiring specific fuel quantity processing. Supports a specific segment of the aerospace manufacturing industry. Potential for future sole-source awards if this supplier remains the only viable option.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP
- Sole awardee for specialized component
Positive Signals
- Clear need for specific equipment
- Defined contract period
Sector Analysis
This award falls within the 'Other Aircraft Parts and Auxiliary Equipment Manufacturing' sector. Spending in this niche area is typically driven by specific platform requirements and technological advancements, with benchmarks varying significantly based on component complexity.
Small Business Impact
The data does not indicate if Sentinel Aerospace, LLC is a small business. Further investigation would be needed to determine the impact on small business participation.
Oversight & Accountability
Oversight would focus on ensuring the delivered units meet NASA's specifications and that the pricing remains fair throughout the contract term, especially if future procurements are considered.
Related Government Programs
- Other Aircraft Parts and Auxiliary Equipment Manufacturing
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Limited competition
- Potential for price creep
- Sole source risk
- Lack of performance data
Tags
other-aircraft-parts-and-auxiliary-equip, national-aeronautics-and-space-administr, az, purchase-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $274,900 to SENTINEL AEROSPACE, LLC. FUEL QUANTITY PROCESSING UNIT, P/N 0335KPU03 WITH SOFTWARE VERSION 2869-ONT-000-06 OR NEWER INSTALLED
Who is the contractor on this award?
The obligated recipient is SENTINEL AEROSPACE, 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 $274,900.
What is the period of performance?
Start: 2026-04-02. End: 2026-04-30.
What is the justification for limiting competition under SAP for this specific component?
The justification for limiting competition under SAP would likely stem from the specialized nature of the Fuel Quantity Processing Unit and potentially the limited number of manufacturers capable of producing it to NASA's stringent specifications. This could involve proprietary technology, unique performance requirements, or a lack of readily available alternatives in the market.
What are the risks associated with a sole awardee for critical aerospace components?
The primary risks of a sole awardee include potential price escalation over time due to lack of competitive pressure, supply chain vulnerabilities if the sole provider faces production issues, and limited innovation if alternative solutions are not explored. This can also impact long-term availability and maintenance.
How does the performance of this unit compare to industry standards or previous versions?
Performance comparison data is not available in the provided information. Assessing effectiveness would require reviewing technical specifications, testing results, and operational feedback from NASA. Benchmarking against similar components from other manufacturers or previous contract awards would be necessary for a comprehensive evaluation.
Industry Classification
NAICS: Manufacturing › Aerospace Product and Parts Manufacturing › Other Aircraft Parts and Auxiliary Equipment Manufacturing
Product/Service Code: INSTRUMENTS AND LABORATORY EQPT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 80NSSC26928062Q
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 955 S BOGLE AVE, CHANDLER, AZ, 85225
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $274,900
Exercised Options: $274,900
Current Obligation: $274,900
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-02
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-04-02
More Contracts from Sentinel Aerospace, LLC
- AJF-2 Contract Logistics Support- Parts — $13.6M (Department of Transportation)
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 →