DoD awards $6.95M for launch support services to Tunista Valiant Joint Venture LLC

Contract Overview

Contract Amount: $6,949,987 ($6.9M)

Contractor: Tunista Valiant Joint Venture LLC

Awarding Agency: Department of Defense

Start Date: 2024-01-01

End Date: 2026-11-30

Contract Duration: 1,064 days

Daily Burn Rate: $6.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: LAUNCH SUPPORT SERVICES

Place of Performance

Location: LOMPOC, SANTA BARBARA County, CALIFORNIA, 93437

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $6.9 million to TUNISTA VALIANT JOINT VENTURE LLC for work described as: LAUNCH SUPPORT SERVICES Key points: 1. The contract value of $6.95 million for launch support services appears reasonable given the 3-year duration. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 4. The award was made to a Joint Venture, potentially indicating a specialized capability or a strategy to meet small business goals. 5. The services are categorized under Facilities Support Services, a broad but essential category for operational readiness. 6. The contract is a Definitive Contract, typically used for services that are definite in scope and duration.

Value Assessment

Rating: good

The contract value of $6.95 million over approximately 3 years averages to about $2.3 million annually. Benchmarking this against similar facilities support contracts is challenging without more specific service details. However, the firm-fixed-price nature of the contract suggests that the government has secured a defined price for the services, which is generally favorable for value.

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.' This indicates that while the competition was broad, specific sources may have been excluded for reasons not detailed in the provided data. The number of bidders is not specified, but the 'full and open' designation implies a robust competitive environment was sought.

Taxpayer Impact: A full and open competition generally leads to better price discovery and potentially lower costs for taxpayers compared to sole-source or limited competition scenarios.

Public Impact

The primary beneficiaries are the Department of Defense and the Air Force, receiving essential launch support services. These services are critical for maintaining operational readiness and supporting launch activities. The contract is geographically located in California, impacting the local economy and workforce in that region. The contract may create or sustain jobs for individuals with specialized skills in facilities support and launch operations.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of specific details on the 'exclusion of sources' could mask potential limitations in competition.
  • The joint venture structure might obscure the ultimate performance capabilities and financial stability of the individual entities.

Positive Signals

  • Firm Fixed Price contract type mitigates cost overrun risk for the government.
  • Full and open competition suggests a competitive process was intended, potentially leading to better value.
  • The contract duration of over two years provides stability for service delivery and planning.

Sector Analysis

Facilities Support Services (NAICS 561210) is a significant sector within government contracting, encompassing a wide range of services necessary for the operation and maintenance of government facilities. This contract for launch support services fits within this broad category, highlighting the critical infrastructure needs of defense agencies. Comparable spending in this sector can vary widely based on the specific services and geographic locations, but it represents a consistent and substantial portion of federal procurement budgets.

Small Business Impact

The provided data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this specific contract award. Therefore, there are no direct subcontracting implications for small businesses mandated by this contract's structure. The award to a joint venture does not automatically imply small business subcontracting unless specified within the joint venture agreement or contract terms.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the Department of the Air Force contracting and program management offices. Accountability measures are inherent in the firm-fixed-price contract type, requiring the contractor to deliver specified services within the agreed-upon cost. Transparency is generally facilitated through contract award databases, though specific performance metrics and oversight reports may not always be publicly accessible.

Related Government Programs

  • Defense Logistics Agency Support Contracts
  • Air Force Base Operations Support
  • Space Launch Facilities Management
  • Government Facilities Maintenance Services

Risk Flags

  • Potential for limited competition due to 'exclusion of sources'.
  • Performance risks associated with a joint venture structure.
  • Lack of detailed service scope makes value assessment difficult.

Tags

defense, department-of-defense, air-force, facilities-support-services, launch-support-services, definitive-contract, firm-fixed-price, full-and-open-competition, california, joint-venture

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $6.9 million to TUNISTA VALIANT JOINT VENTURE LLC. LAUNCH SUPPORT SERVICES

Who is the contractor on this award?

The obligated recipient is TUNISTA VALIANT JOINT VENTURE LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $6.9 million.

What is the period of performance?

Start: 2024-01-01. End: 2026-11-30.

What specific launch support services are included under this contract?

The provided data categorizes this contract under NAICS code 561210 (Facilities Support Services) and describes the service as 'LAUNCH SUPPORT SERVICES.' However, the specific deliverables are not detailed. Typically, launch support services for a facility could encompass a wide range of activities including, but not limited to, ground support equipment maintenance, facility readiness checks, safety and security protocols during launch operations, environmental monitoring, logistical support for personnel and equipment, and potentially range operations support. Without a detailed Statement of Work (SOW), it is difficult to ascertain the precise scope and complexity of the services being procured.

How does the $6.95 million contract value compare to similar launch support service contracts?

Benchmarking the $6.95 million contract value requires comparison with contracts for similar launch support services, considering factors like duration, scope of work, geographic location, and the specific agency. The provided data indicates a duration of 1064 days (approximately 2.9 years) and a Firm Fixed Price (FFP) contract type. An annual value of roughly $2.3 million ($6.95M / 2.9 years) for facilities support related to launch operations is not inherently high or low without more context. However, given the specialized nature of launch support, costs can be significantly influenced by infrastructure requirements, safety regulations, and the criticality of the operations. A more precise comparison would necessitate access to a database of similar contracts with detailed service descriptions and pricing.

What are the potential risks associated with awarding this contract to a joint venture?

Awarding contracts to joint ventures can present several risks. One primary concern is the potential for the joint venture to be less experienced or financially stable than its individual parent companies, especially if it's a newly formed entity. There's also a risk of internal disputes between the joint venture partners that could impact performance or delivery schedules. Furthermore, the complexity of managing a joint venture can sometimes lead to communication breakdowns or diffused accountability. From a government perspective, ensuring that the joint venture possesses the necessary technical expertise and management capacity to fulfill the contract requirements is crucial. The 'exclusion of sources' in the competition also warrants scrutiny to ensure it did not unduly limit the pool of qualified bidders.

What is the significance of the 'Full and Open Competition After Exclusion of Sources' contract type?

The designation 'Full and Open Competition After Exclusion of Sources' (CT: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES) indicates that the solicitation was intended for broad participation, but certain potential offerors were deliberately excluded. The reasons for exclusion are not provided but could stem from various factors such as specific technical requirements, past performance issues, or national security considerations. While it signifies an attempt at broad competition, the exclusion of sources means the competition was not entirely unrestricted. This could potentially limit the number of bidders and, consequently, the degree of price competition achieved, which might have implications for achieving the best possible value for the government compared to a truly unrestricted full and open competition.

How does the Firm Fixed Price (FFP) contract type benefit the government in this scenario?

The Firm Fixed Price (FFP) contract type is generally advantageous for the government when the scope of work is well-defined and the risks of cost overruns are manageable. In this case, for 'LAUNCH SUPPORT SERVICES,' the FFP structure means that the contractor, Tunista Valiant Joint Venture LLC, assumes the primary responsibility for controlling costs and absorbing any unforeseen expenses. This provides the government with cost certainty, as the total price is fixed regardless of the contractor's actual costs incurred. This shifts the financial risk from the government to the contractor, making budgeting more predictable and protecting taxpayer funds from potential cost escalations that might occur under other contract types like Cost-Plus contracts.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities 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

Solicitation ID: FA461023R0001

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Calista Corp

Address: 5015 BUSINESS PARK BLVD, ANCHORAGE, AK, 99503

Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $16,439,945

Exercised Options: $9,821,443

Current Obligation: $6,949,987

Actual Outlays: $1,093,769

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2024-01-01

Current End Date: 2026-11-30

Potential End Date: 2028-11-30 00:00:00

Last Modified: 2025-12-01

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending