NASA awards $353,850 contract for AHPGF Air Dryer Maintenance Parts to Lectrodryer LLC
Contract Overview
Contract Amount: $35,385 ($35.4K)
Contractor: Lectrodryer LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-04-09
End Date: 2026-05-21
Contract Duration: 42 days
Daily Burn Rate: $843/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: AHPGF AIR DRYER MAINTENANCE PARTS
Place of Performance
Location: RICHMOND, MADISON County, KENTUCKY, 40475
State: Kentucky Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $35,385 to LECTRODRYER LLC for work described as: AHPGF AIR DRYER MAINTENANCE PARTS Key points: 1. Contract awarded for essential maintenance parts for air dryer systems. 2. Lectrodryer LLC is the sole provider of these specialized parts. 3. Potential risk of limited competition and price escalation due to sole-source nature. 4. Spending falls within the industrial equipment manufacturing sector.
Value Assessment
Rating: fair
The contract value of $353,850 for 42 days of service appears reasonable for specialized maintenance parts. However, without comparable contract data or detailed cost breakdowns, a precise valuation is difficult. The lack of competition significantly impacts the ability to benchmark pricing effectively.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under Simplified Acquisition Procedures (SAP), indicating a sole-source award. This limits price discovery and potentially leads to higher costs for the government as there is no competitive pressure to drive down prices.
Taxpayer Impact: The sole-source nature of this award means taxpayers may be paying a premium for these parts, as competitive bidding was bypassed.
Public Impact
Ensures continued operation of critical NASA air dryer systems. Supports specialized industrial equipment manufacturing in Kentucky. Potential for increased costs due to lack of competition.
Waste & Efficiency Indicators
Waste Risk Score: 84 / 10
Warning Flags
- Sole-source award
- Limited competition
- Short performance period
Positive Signals
- Essential maintenance parts
- Supports critical NASA operations
Sector Analysis
This contract falls under the Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing sector. Spending benchmarks for this specific niche are difficult to ascertain without more granular data, but maintenance parts for specialized equipment often command higher prices due to limited suppliers.
Small Business Impact
The data indicates this contract was not awarded to a small business. Further analysis would be needed to determine if small businesses were considered or had the capability to provide these specialized parts.
Oversight & Accountability
The contract was awarded by NASA, a federal agency with established oversight mechanisms. However, the sole-source nature warrants scrutiny to ensure fair pricing and prevent potential waste.
Related Government Programs
- Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Sole-source award limits competition.
- Potential for overpayment due to lack of price discovery.
- Short contract duration may indicate urgent need or limited availability.
- No small business participation noted.
Tags
industrial-and-commercial-fan-and-blower, national-aeronautics-and-space-administr, ky, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $35,385 to LECTRODRYER LLC. AHPGF AIR DRYER MAINTENANCE PARTS
Who is the contractor on this award?
The obligated recipient is LECTRODRYER 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 $35,385.
What is the period of performance?
Start: 2026-04-09. End: 2026-05-21.
What is the justification for the sole-source award, and were alternative suppliers ever considered?
The justification for a sole-source award typically involves unique capabilities, proprietary technology, or the absence of other responsible sources. NASA would need to provide documentation detailing why Lectrodryer LLC is the only viable option for these specific maintenance parts. Without this, it's difficult to assess if competitive options were adequately explored.
How does the per-unit cost of these maintenance parts compare to industry benchmarks for similar equipment?
Benchmarking the per-unit cost is challenging without specific part numbers and detailed specifications. However, given the sole-source nature, it is probable that the costs are higher than if the contract were competitively bid. A thorough review of the contractor's pricing structure and historical data would be necessary for a definitive comparison.
What is the long-term strategy for ensuring cost-effective maintenance of these air dryer systems beyond this contract?
NASA should consider developing a long-term strategy that includes exploring potential second-source suppliers, negotiating longer-term agreements with price adjustment clauses, or investigating alternative technologies if feasible. This proactive approach could mitigate the risks and costs associated with sole-source procurement for critical maintenance parts.
Industry Classification
NAICS: Manufacturing › Ventilation, Heating, Air-Conditioning, and Commercial Refrigeration Equipment Manufacturing › Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 80NSSC26925354Q
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 135 QUALITY DR, RICHMOND, KY, 40475
Business Categories: Category Business, Limited Liability Corporation, Manufacturer of Goods, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $35,385
Exercised Options: $35,385
Current Obligation: $35,385
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-09
Current End Date: 2026-05-21
Potential End Date: 2026-05-21 00:00:00
Last Modified: 2026-04-09
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 →