NASA Awards $1.98M for HPE Servers and Hardware to Alvarez LLC
Contract Overview
Contract Amount: $1,976,351 ($2.0M)
Contractor: Alvarez LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-07-18
End Date: 2026-03-31
Contract Duration: 256 days
Daily Burn Rate: $7.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THIS REQUIREMENT IS FOR HEWLETT PACKARD ENTERPRISE (HPE) SERVERS AND HARDWARE.
Place of Performance
Location: GREENBELT, PRINCE GEORGES County, MARYLAND, 20771
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.0 million to ALVAREZ LLC for work described as: THIS REQUIREMENT IS FOR HEWLETT PACKARD ENTERPRISE (HPE) SERVERS AND HARDWARE. Key points: 1. Spending focused on specific vendor hardware (HPE). 2. Competition method is 'Full and Open Competition After Exclusion of Sources'. 3. Contract duration is 256 days. 4. Primary sector appears to be IT hardware procurement.
Value Assessment
Rating: fair
The award amount of $1.98M for HPE servers and hardware seems reasonable for a single delivery order. However, without specific hardware configurations and quantities, a precise pricing assessment against similar contracts is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract states 'Full and Open Competition After Exclusion of Sources,' indicating a competitive process was used, but specific details on the exclusion are not provided. This method aims for price discovery but the exclusion might limit the breadth of competition.
Taxpayer Impact: Taxpayer funds are being used for IT hardware procurement. The competitive nature of the award is intended to secure a fair price, minimizing unnecessary expenditure.
Public Impact
Ensures NASA has necessary IT infrastructure for operations. Supports specific hardware needs, potentially for research or administrative functions. Procurement process aims for competitive pricing to benefit taxpayers.
Waste & Efficiency Indicators
Waste Risk Score: 77 / 10
Warning Flags
- Lack of detail on 'Exclusion of Sources' could mask limited competition.
- Reliance on a specific vendor (HPE) may limit long-term cost-saving options.
Positive Signals
- Competitive award process utilized.
- Clear contract end date and duration.
Sector Analysis
This contract falls within the IT sector, specifically hardware procurement. Benchmarks for similar IT hardware contracts vary widely based on scale and technology, but this award appears to be a moderate-sized delivery order.
Small Business Impact
The data indicates this contract was not awarded to a small business (sb: false). Therefore, there is no direct analysis of small business participation or impact from this specific award.
Oversight & Accountability
The contract is managed by the National Aeronautics and Space Administration (NASA). Oversight would involve ensuring delivery of specified HPE hardware and adherence to contract terms, with accountability resting with the contracting officers.
Related Government Programs
- Other Computer Related Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for limited competition due to source exclusion.
- Vendor lock-in risk with specific hardware.
- Lack of detailed hardware specifications for independent price validation.
- Reliance on a single delivery order for critical hardware needs.
Tags
other-computer-related-services, national-aeronautics-and-space-administr, md, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.0 million to ALVAREZ LLC. THIS REQUIREMENT IS FOR HEWLETT PACKARD ENTERPRISE (HPE) SERVERS AND HARDWARE.
Who is the contractor on this award?
The obligated recipient is ALVAREZ 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: 2025-07-18. End: 2026-03-31.
What specific HPE server models and configurations are included in this award, and how do their prices compare to market rates for comparable equipment?
The provided data lacks specific details on the HPE server models, configurations, and quantities. To assess value, a detailed breakdown of the hardware is necessary. Comparing these specific items against current market rates and similar government contracts would reveal if the pricing is competitive and offers good value for the taxpayer.
What was the rationale for excluding other sources, and did this exclusion significantly limit the competitive landscape for this hardware procurement?
The data mentions 'Full and Open Competition After Exclusion of Sources' but does not elaborate on the reasons for excluding specific sources. Understanding this rationale is crucial for assessing risk. If the exclusion was based on narrow justifications, it could have limited price discovery and potentially led to a higher cost than a truly open competition.
How does the performance and reliability of the procured HPE hardware align with NASA's operational requirements and past experiences with similar equipment?
The effectiveness of this procurement hinges on the alignment of the HPE hardware with NASA's specific operational needs. While the contract specifies HPE, information regarding performance metrics, reliability data, and NASA's historical experience with these particular models or similar HPE products is needed to fully evaluate effectiveness.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - COMPUTE
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 80TECH25Q0086
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 161 FORT EVANS RD NE STE 335, LEESBURG, VA, 20176
Business Categories: Category Business, HUBZone Firm, Limited Liability Corporation, Partnership or Limited Liability Partnership, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $1,976,351
Exercised Options: $1,976,351
Current Obligation: $1,976,351
Actual Outlays: $1,951,299
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD19B
IDV Type: GWAC
Timeline
Start Date: 2025-07-18
Current End Date: 2026-03-31
Potential End Date: 2026-03-31 00:00:00
Last Modified: 2026-01-16
More Contracts from Alvarez LLC
- IRP LAN — $137.1M (Department of Veterans Affairs)
- THE Contractor Shall Provide the Expertise and Skill Sets Required to Manage and Deliver Software, Software Maintenance and Product Support for ALL Vmware Products Listed in Attachment a. This Effort Shall Also Require Providing Support Services to VA in the Overall Operation, Management, Implementation and USE of Vmware Products in an Effective and Cost-Conscious Manner Required by Such a Widely Distributed Enterprise the Size of VA — $75.3M (Department of Veterans Affairs)
- F5-Big-Ltm-I15820-Df — $36.5M (Department of Defense)
- Storage BUY — $32.3M (Securities and Exchange Commission)
- Nasa Sewp Contract Nng07da46b Project Cerberus ESN 2.0 Services — $32.3M (Department of Energy)
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 →