NASA renews Flow Science software maintenance for $2.6M, extending support for critical simulation tools
Contract Overview
Contract Amount: $26,260 ($26.3K)
Contractor: Flow Science, Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-02-20
End Date: 2027-02-19
Contract Duration: 364 days
Daily Burn Rate: $72/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: R&D
Official Description: FLOW SCIENCE FLOW-3D AM/WELD MAINTENANCE RENEWAL FY26
Place of Performance
Location: SANTA FE, SANTA FE County, NEW MEXICO, 87505
Plain-Language Summary
National Aeronautics and Space Administration obligated $26,260 to FLOW SCIENCE, INC for work described as: FLOW SCIENCE FLOW-3D AM/WELD MAINTENANCE RENEWAL FY26 Key points: 1. Value for money assessed through renewal of existing software maintenance. 2. Competition dynamics indicate a sole-source renewal, potentially limiting price negotiation. 3. Risk indicators include reliance on a single vendor for specialized software. 4. Performance context is tied to continued access to essential simulation capabilities. 5. Sector positioning is within the software publishing industry, supporting aerospace R&D.
Value Assessment
Rating: fair
This contract is a renewal for software maintenance, suggesting a continuation of a previously established price. Without access to the original contract's pricing or comparable market data for this specific niche software, a precise value-for-money assessment is challenging. However, renewals can sometimes indicate stable pricing or potential increases over time. The $2.6 million over one year for specialized simulation software maintenance appears within a reasonable range for such critical tools, but benchmarking against similar high-fidelity simulation software would provide a clearer picture of cost-effectiveness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under the Simplified Acquisition Procedures (SAP) and is listed as 'NOT COMPETED UNDER SAP'. The data indicates a sole-source award to FLOW SCIENCE, INC. This suggests that either the software is proprietary and only available from this vendor, or that NASA did not pursue competitive bidding for this renewal. The lack of competition limits the opportunity for price discovery and potentially leads to higher costs than if multiple vendors had bid.
Taxpayer Impact: For taxpayers, a sole-source contract means there is less assurance that the government is receiving the best possible price. Without competitive pressure, the vendor has more leverage in setting the price, which could result in funds being spent less efficiently.
Public Impact
Benefits NASA engineers and researchers by ensuring continued access to Flow Science's simulation software. Supports critical research and development activities within the aerospace sector. Geographic impact is primarily at NASA facilities utilizing the software, with potential national implications for aerospace innovation. Workforce implications include enabling engineers to continue using specialized tools for design and analysis.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for increased costs due to sole-source nature of the award.
- Risk of vendor lock-in and dependency on a single provider for essential software.
- Lack of competitive bidding may not yield the most cost-effective solution.
Positive Signals
- Ensures continuity of critical software operations for NASA.
- Maintains access to specialized simulation capabilities vital for aerospace research.
- Supports a known vendor with a track record of providing this specific software.
Sector Analysis
The software publishing industry is a vital component of the technology sector, providing specialized tools that enable innovation across various industries, including aerospace. This contract falls within the niche of scientific and engineering simulation software. The market for such specialized software is often characterized by high development costs and proprietary technology, leading to concentrated vendor landscapes. Comparable spending benchmarks would involve looking at other government agencies' expenditures on similar high-fidelity simulation or modeling software licenses and maintenance agreements.
Small Business Impact
This contract does not appear to involve small business set-asides, as the award is made directly to FLOW SCIENCE, INC., a known software publisher. There is no indication of subcontracting opportunities for small businesses within this specific contract award. The focus is on maintaining existing software capabilities rather than developing new solutions that might involve a broader ecosystem of suppliers.
Oversight & Accountability
Oversight for this contract would typically fall under NASA's contracting officer and program management. Accountability measures are inherent in the renewal process, which relies on the continued utility and performance of the software. Transparency is partially addressed through public contract databases, but detailed performance metrics and cost justifications for sole-source renewals are often internal. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- NASA Software Licenses and Maintenance
- Aerospace Engineering Software
- Computational Fluid Dynamics (CFD) Software
- Scientific Simulation Software
Risk Flags
- Sole-source procurement
- Potential for price escalation
- Lack of competitive benchmarking
Tags
nasa, software-publisher, research-and-development, maintenance, sole-source, firm-fixed-price, information-technology, aerospace, new-mexico, purchase-order
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $26,260 to FLOW SCIENCE, INC. FLOW SCIENCE FLOW-3D AM/WELD MAINTENANCE RENEWAL FY26
Who is the contractor on this award?
The obligated recipient is FLOW SCIENCE, 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 $26,260.
What is the period of performance?
Start: 2026-02-20. End: 2027-02-19.
What is the historical spending trend for Flow Science software maintenance at NASA?
Analyzing historical spending on Flow Science software maintenance at NASA is crucial for understanding cost trends and justifying renewal. Without specific historical data for this contract, we can infer potential patterns. Typically, software maintenance renewals see incremental price increases year-over-year, often tied to inflation or minor software updates. However, significant price hikes can occur if the vendor perceives a lack of alternatives or if substantial new features are introduced. A review of past purchase orders and contract modifications for this specific software would reveal if the $2.6 million annual cost represents an increase, decrease, or stable expenditure compared to previous years. Understanding this trend helps assess whether the current renewal represents good value or if the price has escalated disproportionately over time, potentially indicating a need for stronger negotiation or exploration of alternatives in the future.
How does the cost of this Flow Science maintenance contract compare to similar simulation software contracts within NASA or other federal agencies?
Benchmarking the $2.6 million annual cost for Flow Science software maintenance against similar contracts is essential for assessing value for money. This requires identifying comparable software used for advanced simulations, such as computational fluid dynamics (CFD) or finite element analysis (FEA), across agencies like the Department of Defense (DoD) or Department of Energy (DOE). Factors to consider include the software's capabilities, user base size, license type (perpetual vs. subscription), and the scope of maintenance and support provided. If comparable niche simulation software maintenance contracts are significantly lower, it suggests this renewal might be overpriced. Conversely, if similar high-fidelity, specialized tools command comparable or higher prices, then the current expenditure may be justified. Access to a government-wide contract database or internal agency spending reports on scientific software would facilitate this comparison.
What specific software modules or features are covered under this $2.6 million maintenance renewal?
The precise software modules and features covered under the $2.6 million maintenance renewal are critical for evaluating its value. Flow Science's Flow-3D software is known for its advanced capabilities in simulating fluid flow, heat transfer, and related phenomena. This renewal likely covers essential updates, bug fixes, technical support, and access to new versions released within the contract period. Understanding the specific modules (e.g., AM/Weld simulation, general fluid dynamics) included is important. If the renewal includes access to a broad suite of advanced modules that are actively used by NASA researchers, the cost may be justified. However, if it primarily covers basic maintenance for a limited set of functionalities, and NASA is not fully leveraging the software's potential, the expenditure might be questioned. A detailed breakdown of included modules and support levels is necessary for a thorough assessment.
What is Flow Science, Inc.'s track record with NASA and other government agencies regarding software delivery and support?
Flow Science, Inc. has a history of providing its Flow-3D software to various research institutions and government agencies, including NASA, for complex simulations. Their track record is generally associated with specialized, high-fidelity modeling capabilities. For NASA, continued reliance on this vendor suggests a satisfactory past performance in terms of software functionality and support, which is often a prerequisite for sole-source renewals. However, a deeper dive into past performance reviews, any documented issues with software stability, support response times, or unmet user needs would provide a more comprehensive picture. Examining contract histories with other federal entities could also reveal patterns in their pricing strategies and customer service, offering further context on their reliability and value proposition.
Are there any alternative software solutions that NASA has considered or evaluated to replace or supplement Flow-3D?
The decision to renew the Flow Science Flow-3D maintenance on a sole-source basis raises questions about whether alternative solutions have been adequately considered. NASA, like other research-intensive agencies, continually evaluates technological advancements. Exploring alternatives would involve assessing other commercial off-the-shelf (COTS) software packages that offer similar fluid dynamics simulation capabilities, as well as open-source alternatives. Factors such as feature parity, accuracy, ease of use, integration with existing NASA systems, and total cost of ownership (including maintenance and training) would be key comparison points. The absence of a competitive bid suggests that either no viable alternatives were identified, or the cost and effort of transitioning to a new system were deemed prohibitive compared to renewing the existing contract. Further investigation into NASA's technology assessment processes could clarify this.
Industry Classification
NAICS: Information › Software Publishers › Software Publishers
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - END USER
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 683 HARKLE RD STE A, SANTA FE, NM, 87505
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Manufacturer of Goods, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $26,260
Exercised Options: $26,260
Current Obligation: $26,260
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-02-20
Current End Date: 2027-02-19
Potential End Date: 2027-02-19 00:00:00
Last Modified: 2026-04-10
More Contracts from Flow Science, Inc
- License for Flow3d- CFD Software — $160.6K (Department of the Interior)
- FY26 Flow3d Maintenance Renewal — $18.8K (National Aeronautics and Space Administration)
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 →