NASA awards $7.35M wastewater contract to Hancock County Utility Authority for Stennis Space Center operations
Contract Overview
Contract Amount: $7,350 ($7.3K)
Contractor: Hancock County Utility Authority
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-04-01
End Date: 2026-12-31
Contract Duration: 274 days
Daily Burn Rate: $27/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE PURPOSE OF THIS ACQUISITION IS TO AWARD A SINGLE AWARD TO HANCOCK COUNTY UTILITY AUTHORITY (HCUA) FOR WASTEWATER COLLECTION AND TREATMENT TO STENNIS SPACE CENTER, MS. A U.S. FEDERAL INSTALLATION PROVIDING SERVICES TO NASA.
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $7,350 to HANCOCK COUNTY UTILITY AUTHORITY for work described as: THE PURPOSE OF THIS ACQUISITION IS TO AWARD A SINGLE AWARD TO HANCOCK COUNTY UTILITY AUTHORITY (HCUA) FOR WASTEWATER COLLECTION AND TREATMENT TO STENNIS SPACE CENTER, MS. A U.S. FEDERAL INSTALLATION PROVIDING SERVICES TO NASA. Key points: 1. Contract ensures essential wastewater collection and treatment services for NASA's Stennis Space Center. 2. Sole-source award raises questions about potential cost efficiencies and market alternatives. 3. Limited competition may impact price discovery and taxpayer value. 4. Contract duration of 274 days suggests a short-term operational need. 5. Fixed-price contract type shifts performance risk to the contractor. 6. Geographic concentration of services in Mississippi.
Value Assessment
Rating: fair
The contract value of $7.35 million for approximately 9 months of wastewater collection and treatment services appears to be a significant investment. Without comparable contract data for similar facilities or detailed cost breakdowns, it is difficult to benchmark the value for money. The sole-source nature of the award also limits the ability to assess if competitive pricing was achieved. Further analysis of the per-unit cost of service delivery would be necessary for a more definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis to Hancock County Utility Authority (HCUA). The justification for this approach is not detailed in the provided data, but it implies that HCUA is the only entity capable of providing these essential services to Stennis Space Center. The lack of competition means that NASA did not solicit bids from multiple vendors, which can limit price negotiation and potentially lead to higher costs for the government.
Taxpayer Impact: The sole-source nature of this award means taxpayers may not be benefiting from the cost savings that typically arise from a competitive bidding process. Without multiple offers, the government's leverage to secure the lowest possible price is diminished.
Public Impact
NASA's Stennis Space Center benefits from uninterrupted wastewater collection and treatment services, crucial for its operational continuity. The local community in Hancock County, Mississippi, benefits through the provision of essential utility services. The contract supports the operational infrastructure of a key federal research and development facility. Potential for local job retention or creation within HCUA to support service delivery.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in a higher price than if multiple bids were solicited.
- Sole-source awards can sometimes indicate a lack of market research or potential vendor lock-in.
- The short contract duration might necessitate future re-competition or extensions, leading to administrative overhead.
Positive Signals
- The contract ensures the provision of critical environmental services, mitigating risks associated with wastewater management.
- Firm fixed-price contract structure provides cost certainty for the government, transferring performance risk to the contractor.
- Awarding to a local utility authority can support regional infrastructure and services.
Sector Analysis
The wastewater treatment and collection sector is a critical component of public infrastructure, often involving specialized local or regional utility providers. Federal installations, like NASA's Stennis Space Center, rely on these services to maintain operations and comply with environmental regulations. While large-scale engineering firms may handle major construction or upgrades, the ongoing operational services are frequently contracted to established utility entities. The market for such services is typically localized, with pricing influenced by regional operational costs and regulatory compliance requirements.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses, nor does it explicitly mention subcontracting opportunities for small businesses. As a sole-source award to a utility authority, it is less likely to involve extensive subcontracting to the small business ecosystem unless specific components of the service require specialized external support. Further investigation into HCUA's subcontracting plans would be needed to assess any potential impact on small businesses.
Oversight & Accountability
Oversight for this contract would primarily fall under the purview of the National Aeronautics and Space Administration (NASA). As a definitive contract, it is subject to standard federal procurement regulations and oversight mechanisms. The firm fixed-price nature of the contract provides a degree of cost control. Transparency regarding the justification for the sole-source award and performance monitoring would be key aspects of effective oversight. NASA's Inspector General would have jurisdiction to investigate any potential fraud, waste, or abuse.
Related Government Programs
- NASA Stennis Space Center Operations
- Federal Utility Services Contracts
- Wastewater Management Services
- Environmental Compliance Contracts
Risk Flags
- Sole-source award lacks competitive pricing pressure.
- Potential for cost overruns without competitive benchmarking.
- Limited transparency on justification for sole-source selection.
Tags
nasa, stennis-space-center, mississippi, wastewater-treatment, utility-services, sole-source, firm-fixed-price, definitive-contract, environmental-services, nasa-stennis
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $7,350 to HANCOCK COUNTY UTILITY AUTHORITY. THE PURPOSE OF THIS ACQUISITION IS TO AWARD A SINGLE AWARD TO HANCOCK COUNTY UTILITY AUTHORITY (HCUA) FOR WASTEWATER COLLECTION AND TREATMENT TO STENNIS SPACE CENTER, MS. A U.S. FEDERAL INSTALLATION PROVIDING SERVICES TO NASA.
Who is the contractor on this award?
The obligated recipient is HANCOCK COUNTY UTILITY AUTHORITY.
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 $7,350.
What is the period of performance?
Start: 2026-04-01. End: 2026-12-31.
What is the historical spending pattern for wastewater services at Stennis Space Center?
The provided data does not include historical spending patterns for wastewater services at Stennis Space Center. To assess this, one would need to review past contracts awarded for similar services at the facility. Analyzing trends in contract values, durations, and contractor performance over time would reveal whether this $7.35 million award represents an increase, decrease, or stable level of expenditure. Understanding historical costs is crucial for evaluating the reasonableness of the current contract's price and identifying any potential cost escalations or efficiencies.
How does the per-unit cost of this contract compare to similar federal wastewater service contracts?
The provided data does not contain sufficient detail to calculate a meaningful per-unit cost for comparison. Key metrics such as the volume of wastewater treated (e.g., gallons per day), the scope of collection services (e.g., miles of pipe maintained), or the specific treatment levels required are missing. Without these operational benchmarks, it is impossible to compare the cost-effectiveness of this $7.35 million contract against similar services provided to other federal facilities. A thorough analysis would require detailed service level agreements and volume data.
What is Hancock County Utility Authority's track record with federal contracts?
The provided data does not detail Hancock County Utility Authority's (HCUA) track record with federal contracts. To assess this, a review of federal procurement databases (like SAM.gov or FPDS) would be necessary to identify past awards to HCUA, their values, durations, and performance ratings. Understanding HCUA's experience with similar sole-source or competitive contracts, their history of meeting performance requirements, and any past issues or commendations would provide crucial context for evaluating their capability and reliability in fulfilling this NASA contract.
What are the specific risks associated with a sole-source award for essential utility services?
Sole-source awards for essential utility services, such as wastewater management, carry specific risks. Primarily, the lack of competition can lead to inflated prices, as the government does not benefit from the cost-saving pressures inherent in a competitive bidding process. There's also a risk of complacency from the sole provider, potentially leading to reduced service quality over time if oversight is lax. Furthermore, it can create a dependency on a single contractor, making it difficult and potentially costly to switch providers if performance issues arise or if market conditions change, impacting long-term value for taxpayers.
What performance metrics will be used to evaluate HCUA's service delivery?
The provided data does not specify the performance metrics that will be used to evaluate Hancock County Utility Authority's (HCUA) service delivery. Typically, for wastewater collection and treatment contracts, key performance indicators (KPIs) would include compliance with environmental discharge standards, response times for service calls or emergencies, system uptime, and adherence to maintenance schedules. The contract document itself, along with any associated Performance Work Statement (PWS), would detail these metrics and the associated evaluation criteria. Effective oversight requires clearly defined and measurable KPIs.
Industry Classification
NAICS: Utilities › Water, Sewage and Other Systems › Sewage Treatment Facilities
Product/Service Code: UTILITIES AND HOUSEKEEPING › UTILITIES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 80SSC026Q0001
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 401 GULFSIDE ST, WAVELAND, MS, 39576
Business Categories: Category Business, Government, U.S. Local Government, U.S. National Government, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $3,863,125
Exercised Options: $272,125
Current Obligation: $7,350
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2026-04-01
Current End Date: 2026-12-31
Potential End Date: 2034-12-31 00:00:00
Last Modified: 2026-04-01
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 →