NASA's $10.5M facilities support contract to KBR WYLE SERVICES, LLC, spanning 10 years
Contract Overview
Contract Amount: $10,517,456 ($10.5M)
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: $2.9K/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 $10.5 million to KBR WYLE SERVICES, LLC for work described as: LOGISTICS Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract type is Cost Plus Award Fee, which incentivizes performance but can lead to higher costs. 3. Duration of 10 years indicates a long-term need for these services. 4. The North American Industry Classification System (NAICS) code 561210 points to facilities support services. 5. The contract was awarded to a single entity, KBR WYLE SERVICES, LLC. 6. The contract was a Delivery Order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar framework.
Value Assessment
Rating: fair
Benchmarking the value of this $10.5 million contract over 10 years requires more detailed cost breakdowns and comparisons to similar facilities support services contracts. The Cost Plus Award Fee (CPAF) structure means the final cost is influenced by performance, making direct price comparisons difficult without knowing the award fees. However, the total value over a decade suggests a significant investment in maintaining NASA's facilities.
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 while the competition was open, certain sources may have been excluded prior to the main bidding process. This suggests a potentially broad but not entirely unrestricted competition. The number of bidders is not specified, which limits the assessment of price discovery effectiveness.
Taxpayer Impact: A competitive process, even with exclusions, generally benefits taxpayers by encouraging multiple firms to offer their best pricing and service proposals.
Public Impact
This contract directly supports NASA's operational infrastructure by ensuring the proper functioning and maintenance of its facilities. Employees of KBR WYLE SERVICES, LLC, and potentially subcontractors, would be involved in delivering these services. The services are likely concentrated at NASA facilities within Ohio, given the 'OH' and 'OHIO' state indicators. The successful execution of these services is critical for NASA's research, development, and operational missions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'Cost Plus Award Fee' structure can lead to costs exceeding initial estimates if performance targets are aggressively pursued or if award fees are consistently high.
- The exclusion of sources prior to full and open competition raises questions about the breadth of the initial market research and potential limitations on competition.
- Lack of specific details on the number of bidders makes it difficult to fully assess the competitive pressure on pricing.
- The long 10-year duration could present risks related to technological obsolescence or changes in service needs over time.
Positive Signals
- Awarded through a 'full and open competition' process, indicating an effort to solicit a wide range of potential offerors.
- The contract's long duration suggests a stable, long-term relationship and potentially economies of scale for the contractor.
- The 'Delivery Order' award type implies it fits within a pre-established contracting vehicle, which can streamline procurement.
Sector Analysis
Facilities Support Services, classified under NAICS code 561210, is a broad sector encompassing a wide range of services necessary for the operation and maintenance of buildings and infrastructure. This contract likely covers services such as maintenance, repair, custodial, groundskeeping, and potentially specialized support for scientific or operational facilities. The federal government is a significant consumer of these services across various agencies, with spending often benchmarked against private sector rates and other government contracts for similar scopes of work.
Small Business Impact
The data indicates that small business participation was not a primary focus, as the 'ss' (small business set-aside) field is false and the 'sb' (small business) field is also false. This suggests the contract was not specifically set aside for small businesses, and there's no explicit indication of subcontracting requirements for small businesses within the provided data. Therefore, the direct impact on the small business ecosystem for this specific contract appears limited based on the available information.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of NASA's contracting officer and program management. The 'Cost Plus Award Fee' structure implies performance metrics and evaluation criteria that are monitored to determine award fees. Transparency would depend on NASA's internal policies regarding the disclosure of contract details and performance reports. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- NASA Facilities Maintenance Contracts
- Federal Facilities Support Services
- Logistics and Support Services Contracts
- Government Operations and Maintenance Contracts
Risk Flags
- Potential for cost overruns due to CPAF structure.
- Limited transparency on number of bidders.
- Risk of service scope misalignment with evolving facility needs over 10 years.
- Potential for contractor complacency in long-term contracts.
Tags
facilities-support, nasa, kbr-wyle-services-llc, cost-plus-award-fee, delivery-order, full-and-open-competition, long-term-contract, ohio, logistics, support-services, government-contracting
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $10.5 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 $10.5 million.
What is the period of performance?
Start: 2005-05-01. End: 2015-04-30.
What specific types of facilities support services are included under this contract?
The provided data indicates the contract falls under NAICS code 561210, which covers Facilities Support Services. This broad category typically includes a range of services essential for the operation and maintenance of buildings and grounds. While specific line items are not detailed, common services under such contracts include routine maintenance and repair of building systems (HVAC, electrical, plumbing), custodial services, groundskeeping, pest control, waste management, and potentially specialized support tailored to the unique needs of NASA facilities, such as laboratory support or cleanroom maintenance. The exact scope would be defined in the contract's statement of work.
How does the 'Cost Plus Award Fee' (CPAF) structure compare to other contract types for similar services?
The CPAF structure is a type of cost-reimbursement contract where the contractor is reimbursed for allowable costs plus a fee that has two components: a fixed base fee and an award fee. The award fee is earned based on the contractor's performance against pre-determined criteria. Compared to Firm-Fixed-Price (FFP) contracts, CPAF offers more flexibility for the government when requirements are uncertain or performance is difficult to define precisely, as it incentivizes contractor performance. However, it carries a higher risk of cost overrun than FFP, as costs are reimbursed, and the award fee can significantly increase the total payment. It differs from Cost Plus Incentive Fee (CPIF) by having a subjective award fee component determined by the government, rather than a formulaic adjustment based on cost or schedule targets.
What is the significance of the contract being a 'Delivery Order'?
A 'Delivery Order' typically signifies that this contract is a task order issued under a larger, pre-existing indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar master agreement. This means that the foundational terms, conditions, and often the overall ceiling amount were established previously, likely through a competitive process. The issuance of a Delivery Order then specifies the exact goods or services to be delivered, quantities, delivery dates, and prices for that specific order. For taxpayers, this implies that the initial competition for the overarching IDIQ contract likely occurred earlier, and this Delivery Order represents a specific call against that established framework, potentially streamlining the procurement process for this particular need.
What does 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' imply about the procurement process?
This contract clause indicates a nuanced approach to competition. 'Full and open competition' means that all responsible sources were permitted to submit a bid or proposal. However, the phrase 'after exclusion of sources' suggests that prior to the main solicitation, certain potential offerors or types of offerors may have been removed from consideration, possibly due to pre-qualification requirements, specific capabilities needed, or other criteria outlined in the solicitation. This could imply that while the final competition was broad, it wasn't entirely unrestricted from the outset. The implications for taxpayers are that while competition was sought, the exclusion of certain sources might have limited the potential for the absolute lowest price if those excluded sources were highly competitive.
What are the potential risks associated with a 10-year contract duration for facilities support?
A 10-year duration for facilities support services presents several potential risks. Firstly, technological advancements in building management, maintenance, and energy efficiency could render current methods or equipment obsolete, requiring costly upgrades or changes in service scope. Secondly, the needs of the facility itself might evolve over a decade due to changes in NASA's mission, research focus, or operational requirements, potentially making the original scope of work less relevant or insufficient. Thirdly, long-term contracts can sometimes lead to contractor complacency or a decrease in innovation if not managed proactively with strong performance incentives and oversight. Finally, economic fluctuations over such a long period could impact the contractor's cost structure, potentially leading to requests for equitable adjustments if not adequately addressed in the contract's terms.
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: $10,517,456
Exercised Options: $10,517,456
Current Obligation: $10,517,456
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: 2015-04-30 00:00:00
Last Modified: 2016-05-24
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 →