NASA's Stennis Space Center awards $2 million contract for fire services to Chenega Global Protection, LLC
Contract Overview
Contract Amount: $1,991,253 ($2.0M)
Contractor: Chenega Global Protection, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-10-01
End Date: 2026-09-30
Contract Duration: 364 days
Daily Burn Rate: $5.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: STENNIS SPACE CENTER (SSC) FIRE SERVICES
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.0 million to CHENEGA GLOBAL PROTECTION, LLC for work described as: STENNIS SPACE CENTER (SSC) FIRE SERVICES Key points: 1. Contract value appears reasonable for specialized fire services at a large federal facility. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract duration is one year, allowing for regular performance review. 4. This award falls under 'All Other Support Services,' a broad category. 5. The fixed-price contract type shifts performance risk to the contractor.
Value Assessment
Rating: good
The contract value of approximately $2 million for a one-year period for fire services at a major NASA facility seems within a reasonable range. Benchmarking against similar contracts for fire suppression and emergency response at federal installations of comparable size and complexity would provide a more precise value-for-money assessment. 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: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that multiple bidders were likely considered after an initial exclusion period. This suggests a robust competition process aimed at achieving the best value. The specific number of bidders is not provided, but the designation implies that the government actively sought proposals from qualified sources.
Taxpayer Impact: A competitive bidding process generally leads to better pricing for taxpayers by encouraging multiple companies to offer their best terms and services.
Public Impact
The primary beneficiary is NASA's Stennis Space Center, ensuring critical fire safety and emergency response capabilities. Services include fire suppression, emergency medical response, and hazardous materials incident support. The geographic impact is localized to the Stennis Space Center in Mississippi. The contract supports jobs within the private security and emergency services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for service gaps if contractor personnel turnover is high.
- Ensuring consistent adherence to NASA's stringent safety protocols requires ongoing vigilance.
Positive Signals
- Chenega Global Protection, LLC is a known entity in government contracting, suggesting some level of established processes.
- The firm fixed-price contract incentivizes cost control and efficient service delivery.
- A one-year term allows for performance evaluation before potential renewal.
Sector Analysis
This contract falls within the broader 'Support Services' sector, specifically focusing on emergency response and security. The market for federal fire and emergency services is competitive, with numerous companies specializing in these areas. The value of this specific contract is relatively modest within the overall federal spending landscape for support services, but critical for the operational continuity and safety of the Stennis Space Center.
Small Business Impact
The provided data indicates that this contract was not specifically set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Further analysis would be needed to determine if small businesses are involved in the supply chain or as potential subcontractors under Chenega Global Protection, LLC.
Oversight & Accountability
Oversight will likely be managed by NASA contracting officers and facility management at Stennis Space Center. Performance standards and reporting requirements within the contract will serve as accountability measures. Transparency is generally maintained through federal contract databases, though specific performance metrics may not be publicly detailed.
Related Government Programs
- Federal Fire Protection Services
- NASA Facility Support Contracts
- Emergency Response Services Contracts
- Stennis Space Center Operations
Risk Flags
- Contractor performance history requires verification.
- Scope of work details are not fully elaborated in summary data.
- Potential for cost escalation if not managed tightly by contractor.
Tags
nasa, stennis-space-center, fire-services, support-services, firm-fixed-price, full-and-open-competition, mississippi, emergency-response, chenega-global-protection, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.0 million to CHENEGA GLOBAL PROTECTION, LLC. STENNIS SPACE CENTER (SSC) FIRE SERVICES
Who is the contractor on this award?
The obligated recipient is CHENEGA GLOBAL PROTECTION, 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 $2.0 million.
What is the period of performance?
Start: 2025-10-01. End: 2026-09-30.
What is Chenega Global Protection, LLC's track record with similar federal fire services contracts?
Chenega Global Protection, LLC, is a significant government contractor with a diverse portfolio that includes security, logistics, and support services. While specific details on their fire services contracts require deeper investigation into federal procurement databases like FPDS or SAM.gov, their presence as a large awardee suggests experience in managing complex government requirements. Analyzing past performance evaluations (e.g., CPARS) for similar contracts would reveal their reliability, quality of service, and adherence to schedules and budgets. Their history with NASA or other agencies requiring specialized emergency response capabilities would be particularly relevant for assessing their suitability for the Stennis Space Center contract.
How does the awarded price compare to industry benchmarks for similar fire services at federal facilities?
The awarded value of approximately $2 million for a one-year fire services contract at Stennis Space Center needs to be benchmarked against comparable federal contracts. Factors influencing cost include the size and complexity of the facility, the required response times, the level of equipment and personnel mandated, and the geographic location. Without specific details on the scope of work (e.g., number of personnel, types of equipment, 24/7 coverage requirements), a precise comparison is difficult. However, general industry data suggests that specialized fire and emergency services for large federal installations can range from hundreds of thousands to several million dollars annually, depending on these variables. The firm fixed-price nature of this contract also implies that the contractor has factored in potential cost fluctuations.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks include potential service disruptions due to contractor performance issues, inadequate response capabilities during emergencies, or cost overruns if the fixed-price contract is poorly managed by the contractor. Mitigation strategies involve robust performance monitoring by NASA, clearly defined service level agreements (SLAs) within the contract, and the contractor's own risk management processes. The firm fixed-price structure inherently places cost risk on Chenega Global Protection, LLC. Furthermore, NASA's ability to assess performance and potentially exercise contract termination clauses provides a significant leverage point for ensuring service quality and mitigating risks to the facility's safety and operations.
What is the historical spending pattern for fire services at Stennis Space Center?
To assess historical spending, one would need to examine procurement data for Stennis Space Center's fire services over previous years. This would involve searching contract databases for awards related to 'fire services,' 'emergency response,' or similar keywords associated with the facility. Analyzing trends in contract values, durations, and awarded contractors can reveal whether spending has been consistent, increasing, or decreasing. Understanding past spending patterns helps in evaluating the current award's reasonableness and identifying any significant deviations that might warrant further investigation into the scope of services or market conditions.
Does the contract include provisions for specialized equipment or advanced response capabilities?
The provided summary data does not specify the exact requirements for specialized equipment or advanced response capabilities. However, contracts for fire services at a NASA facility like Stennis Space Center typically mandate specific levels of readiness, including appropriate firefighting apparatus, emergency medical equipment, and potentially hazardous materials response gear. The scope of work and performance work statement (PWS) within the full contract document would detail these requirements. NASA's operational needs and safety protocols would dictate the necessary capabilities, and the contractor is expected to meet these through their proposed resources and personnel.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Other Support Services › All Other Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 14420 ALBEMARLE POINT PL STE 100, CHANTILLY, VA, 20151
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,566,650
Exercised Options: $2,566,650
Current Obligation: $1,991,253
Actual Outlays: $855,550
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80KSC022DA002
IDV Type: IDC
Timeline
Start Date: 2025-10-01
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-04-13
More Contracts from Chenega Global Protection, LLC
- Armed Security Guards for Atlanta&ft. Collins — $110.1M (Department of Health and Human Services)
- ATL FT Collins Guards Bridge — $33.3M (Department of Health and Human Services)
- Base Award for Security and Access Control Services in Support of Usag-Ka — $26.3M (Department of Defense)
- Services — $23.9M (Department of Health and Human Services)
- Nasa Protective Services Contract - South Region (npsc-Sr) KSC Task Order for Baseline and Pre-Priced Items — $16.7M (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 →