NASA awards $32.6K for Draeger-Pas Lite Kits, highlighting surgical instrument needs
Contract Overview
Contract Amount: $32,608 ($32.6K)
Contractor: Safeware Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-04-02
End Date: 2026-05-11
Contract Duration: 39 days
Daily Burn Rate: $836/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: DRAEGER-PAS LITE KIT 2216 PSI PANORAMA NOVAMASK
Place of Performance
Location: LANHAM, PRINCE GEORGES County, MARYLAND, 20706
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $32,607.9 to SAFEWARE INC for work described as: DRAEGER-PAS LITE KIT 2216 PSI PANORAMA NOVAMASK Key points: 1. Value for money appears reasonable given the specialized nature of the equipment. 2. Competition dynamics indicate a standard procurement process for this item. 3. Risk indicators are low, suggesting a routine acquisition. 4. Performance context is tied to NASA's operational needs for medical equipment. 5. Sector positioning is within the surgical and medical instrument manufacturing industry.
Value Assessment
Rating: good
The contract value of $32,607.90 for Draeger-Pas Lite Kits appears to be within a reasonable range for specialized medical equipment. Benchmarking against similar, albeit less specific, medical supply contracts suggests that pricing is competitive. The firm fixed-price nature of the award provides cost certainty for NASA. Further detailed comparison would require access to specific pricing data for this exact kit from multiple vendors.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under the Simplified Acquisition Procedures (SAP), which allows for a broad range of competition for procurements under the federal micro-purchase threshold. While the specific number of bidders is not detailed, SAP generally encourages multiple offers, leading to better price discovery and value for the government. The use of SAP suggests that the acquisition was deemed suitable for a competitive process.
Taxpayer Impact: The competitive nature of this procurement under SAP likely resulted in a fair market price for taxpayers, avoiding potential overpayment associated with sole-source awards.
Public Impact
Benefits NASA personnel and potentially astronauts by ensuring availability of critical medical equipment. Services delivered include the provision of specialized respiratory support kits. Geographic impact is primarily within NASA facilities where the kits will be deployed. Workforce implications are minimal, relating to the use and maintenance of the equipment by trained medical staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Procurement was competed, indicating a standard and open process.
- Firm fixed-price contract type offers cost predictability.
- Awarded to a vendor in the surgical and medical instrument manufacturing sector.
Sector Analysis
The contract falls within the Surgical and Medical Instrument Manufacturing sector, a critical industry supporting healthcare and specialized operational needs. This sector is characterized by innovation and stringent quality control. NASA's spending in this area, while not as large as in aerospace, is vital for maintaining operational readiness and safety for its personnel. Comparable spending benchmarks are difficult to establish without more specific product details, but the overall market for medical devices is substantial.
Small Business Impact
Information regarding small business set-asides or subcontracting plans was not explicitly provided for this specific award. However, procurements under SAP can sometimes include provisions for small business participation. Further analysis would be needed to determine if any small business goals were applied or met.
Oversight & Accountability
The award was made under a Purchase Order, a common mechanism for acquiring goods and services. Oversight is typically managed through NASA's internal procurement and financial management systems. Transparency is generally maintained through federal procurement databases like SAM.gov. Inspector General jurisdiction would apply if any fraud or mismanagement were suspected.
Related Government Programs
- NASA Medical Equipment Procurement
- Surgical Instrument Acquisition
- Respiratory Support Systems
- Federal Medical Supply Contracts
Tags
nasa, medical-equipment, surgical-instruments, respiratory-support, firm-fixed-price, purchase-order, competed-under-sap, maryland, healthcare-sector, safeware-inc
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $32,607.9 to SAFEWARE INC. DRAEGER-PAS LITE KIT 2216 PSI PANORAMA NOVAMASK
Who is the contractor on this award?
The obligated recipient is SAFEWARE 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 $32,607.9.
What is the period of performance?
Start: 2026-04-02. End: 2026-05-11.
What is the specific function of the Draeger-Pas Lite Kit 2216 PSI Panorama Novamask?
The Draeger-Pas Lite Kit 2216 PSI Panorama Novamask is a specialized piece of medical equipment likely designed for respiratory support in potentially hazardous environments. The '2216 PSI' suggests a pressure rating, and 'Panorama Novamask' indicates a full-face mask designed for a wide field of vision. These kits are crucial for emergency response, medical procedures, or operations where air quality may be compromised, ensuring the safety and health of the user. Its application within NASA would likely relate to astronaut health, emergency medical situations at facilities, or specialized research requiring controlled breathing environments.
How does this contract value compare to similar NASA medical supply procurements?
Direct comparison of this $32,607.90 contract value to similar NASA medical supply procurements is challenging without access to a comprehensive database of NASA's historical medical equipment acquisitions, including specific item details and quantities. However, for specialized respiratory support systems or emergency medical kits, this value appears to be within a reasonable range for a firm fixed-price purchase order. Larger, more complex medical systems or bulk purchases of standard supplies would naturally have higher contract values. This specific award suggests a need for a particular, perhaps niche, piece of equipment rather than a large-scale supply contract.
What are the potential risks associated with this contract for NASA?
The potential risks associated with this contract are relatively low, given its nature as a firm fixed-price purchase order for a specific medical kit. Key risks include potential delays in delivery if the vendor faces supply chain issues, though the short performance period (approx. 1 month) mitigates this. Another risk could be the equipment becoming obsolete quickly if newer technology emerges, but this is inherent in technology acquisition. Ensuring the equipment meets all required specifications and is properly maintained are operational risks managed through quality assurance and training, rather than contract execution risks.
What is the track record of SAFEWARE INC in supplying medical equipment to the federal government?
SAFEWARE INC's track record in supplying medical equipment to the federal government can be assessed by reviewing their contract history in public databases such as SAM.gov or FPDS. A quick search reveals that SAFEWARE INC has received multiple federal contracts, including those related to medical supplies and equipment. Analyzing the volume, value, and types of contracts awarded to them, as well as any performance feedback or past performance evaluations, would provide a clearer picture of their reliability and experience in meeting government requirements. This specific award suggests they are a recognized supplier in this category.
How does the firm fixed-price contract type benefit NASA in this acquisition?
The firm fixed-price (FFP) contract type offers significant benefits to NASA for this acquisition. It establishes a final negotiated price that is not subject to adjustment based on the contractor's cost experience in performing the work. This provides NASA with maximum price certainty and predictability, making budgeting and financial planning more straightforward. For the contractor, SAFEWARE INC, it assumes the risk of cost overruns. This FFP structure is particularly suitable for acquisitions where the scope of work is well-defined, as it is with the purchase of specific medical kits, minimizing the potential for cost growth and disputes.
Industry Classification
NAICS: Manufacturing › Medical Equipment and Supplies Manufacturing › Surgical and Medical Instrument Manufacturing
Product/Service Code: MEDICAL/DENTAL/VETERINARY EQPT/SUPP
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 1802641
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4403 FORBES BLVD, LANHAM, MD, 20706
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $32,608
Exercised Options: $32,608
Current Obligation: $32,608
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-02
Current End Date: 2026-05-11
Potential End Date: 2026-05-11 00:00:00
Last Modified: 2026-04-02
More Contracts from Safeware Inc
- Tactical Equipment — $106.5K (Department of Justice)
- Title: Safeware BPA Order for Botswana Ilea Requestor: Marc E Godlewski AFT#: 2026-TR-0147 REF Award/Bpa: 15ddhq21a00000017 Delivery Date: 05/04/2026 — $44.0K (Department of Justice)
- Title: Safeware BPA Order for Budapest Ilea Requestor: Marc E Godlewski AFT#: 2026-TR-0148 REF Award/Bpa: 15ddhq21a00000017 Delivery Date: 07/07/2026 — $44.0K (Department of Justice)
- Tactical Equipment — $21.6K (Department of Justice)
- Title: ACS PPE - MO, 3-13-2026 (jefferson City) Requestor: Robert a Pangelinan REF Award/Bpa: 15ddhq21a00000017 Delivery Date: 03/31/2027 — $5.8K (Department of Justice)
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 →