NASA's $14.55M Logistics Contract with KBR WYLE SERVICES, LLC for Facilities Support Services
Contract Overview
Contract Amount: $14,550,437 ($14.6M)
Contractor: KBR Wyle Services, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2005-05-01
End Date: 2015-04-30
Contract Duration: 3,651 days
Daily Burn Rate: $4.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: COST PLUS AWARD FEE
Sector: Other
Official Description: LOGISTICS
Place of Performance
Location: CLEVELAND, CUYAHOGA County, OHIO, 44135
State: Ohio Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $14.6 million to KBR WYLE SERVICES, LLC for work described as: LOGISTICS Key points: 1. Significant contract value of $14.55 million over 10 years. 2. KBR WYLE SERVICES, LLC is the sole awardee. 3. Contract type is Cost Plus Award Fee, potentially incentivizing performance. 4. The sector is Logistics, specifically Facilities Support Services.
Value Assessment
Rating: good
The contract value of $14.55 million over 10 years suggests a substantial investment. Without specific per-unit cost data or benchmarks for similar facilities support services contracts, a precise pricing assessment is difficult, but the duration implies a need for consistent, reliable service.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition scenario. This method might lead to less aggressive pricing compared to unrestricted full and open competition.
Taxpayer Impact: The long duration and cost-plus structure warrant scrutiny to ensure taxpayer funds are used efficiently and effectively for essential logistics and facilities support.
Public Impact
Ensures continued operation and maintenance of critical NASA facilities. Supports NASA's mission by providing essential logistics and support services. Potential for long-term employment opportunities within the logistics sector. Reliability of services impacts the pace and success of NASA's research and development.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may impact price competitiveness.
- Cost Plus Award Fee structure requires careful monitoring of performance incentives.
- Long contract duration could lead to potential cost overruns if not managed effectively.
Positive Signals
- Award fee structure can incentivize high performance.
- Long-term contract provides stability for service provider and agency.
- Focus on essential facilities support ensures operational continuity.
Sector Analysis
The logistics and facilities support sector is crucial for government operations, ensuring infrastructure is maintained and supplies are managed. Benchmarks for similar long-term, cost-plus contracts in this sector would be valuable for comparison.
Small Business Impact
The data indicates this contract was not awarded to small businesses (sb: false). Further analysis would be needed to determine if subcontracting opportunities were made available to small businesses.
Oversight & Accountability
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' suggests a specific justification for limiting the pool of bidders. Oversight is needed to ensure this limitation was appropriate and that performance is meeting award fee criteria.
Related Government Programs
- Facilities Support Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Limited competition.
- Cost-plus contract type.
- Long contract duration.
- No small business set-aside indicated.
Tags
facilities-support-services, national-aeronautics-and-space-administr, oh, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $14.6 million to KBR WYLE SERVICES, LLC. LOGISTICS
Who is the contractor on this award?
The obligated recipient is KBR WYLE SERVICES, 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 $14.6 million.
What is the period of performance?
Start: 2005-05-01. End: 2015-04-30.
What was the specific justification for excluding sources in this full and open competition, and how did it impact the final price?
The justification for excluding sources is not provided in the data. Typically, such exclusions are based on specific technical requirements, existing infrastructure, or unique capabilities. This limitation could reduce the number of potential bidders, potentially leading to less competitive pricing than a truly unrestricted full and open competition. Further investigation into the solicitation documents would be necessary to understand the rationale and its pricing implications.
How effectively did the Cost Plus Award Fee (CPAF) structure incentivize KBR WYLE SERVICES, LLC to perform efficiently and meet NASA's objectives?
The effectiveness of the CPAF structure hinges on clearly defined performance metrics and achievable award fee criteria. Without access to performance reviews and the actual award fees paid, it's difficult to definitively assess its success. However, CPAF is designed to encourage high performance by linking a portion of the contractor's profit to meeting or exceeding specific objectives, thus aligning contractor and agency interests.
What is the estimated total cost per square foot for facilities support services under this contract, and how does it compare to industry benchmarks?
Calculating a precise cost per square foot requires detailed information on the facilities supported (size, type, location) and the specific services rendered, which is not available in the provided data. The total contract value of $14.55 million over 3651 days averages to approximately $3,985 per day. Comparing this to industry benchmarks would necessitate a detailed breakdown of services and facility characteristics.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Address: 7701 GREENBELT RD STE 400, GREENBELT, MD, 20770
Business Categories: Category Business, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $21,088,109
Exercised Options: $21,088,109
Current Obligation: $14,550,437
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: NNC05CB17C
IDV Type: IDC
Timeline
Start Date: 2005-05-01
Current End Date: 2015-04-30
Potential End Date: 2017-11-29 00:00:00
Last Modified: 2017-11-29
More Contracts from KBR Wyle Services, LLC
- Bioastronautics Contract-Activities for the Health &productivity of Crews Working and Living in Space — $1.5B (National Aeronautics and Space Administration)
- Fpds-Ng Mission Systems Operations Contract (msoc) — $1.0B (National Aeronautics and Space Administration)
- THE Purpose of This Contract IS to Acquire Engineering Services and Related Services to MSD and Related Organizations Throughout Gsfc, AS Required, for the Formulation, Design, Development, Fabrication, Integration, Testing, Verification, and Operations of Space Flight and Ground System Hardware and Software, Including Development and Validation of NEW Technologies to Enable Future Space and Science Missions. the Engineering Areas of Emphasis ARE Multidisciplinary With Concentration in the Mechanical Engineering Areas of Materials, Structural Analysis and Loads, Mechanical Design, Electromechanical Design, Thermal, Contamination and Coatings, Manufacturing and Integration and Test — $728.5M (National Aeronautics and Space Administration)
- 200106!000121!1700!F7004 !marine Corps Logistics Base !M6700499C0002 !a!n!*!n!p00015 !20010228!20080930!041014242!041014242!139691877!n!honeywell Technology Solutions!7000 Columbia Gateway Driv!columbia !md!21046!35000!031!12!jacksonville !duval !florida !+000004292865!n!n!000000000000!j049!maint & Repair of Eq/Maintenance & Repair Shop EQ !a4a!combat Vehicles !2000!NOT Discernable or Classified !811310!*!*!3! ! !C!*!*!*!B!*!*!A! !A !N!J!2!006!B! !C!Y!Z! ! !N!C!N! ! ! !a!a!a!a!000!a!d!n! ! ! ! ! ! !0001! — $670.1M (Department of Defense)
- Mission Operations Management Services (moms) — $623.8M (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 →