NASA awards $11.1M for procurement software to Unison Software Inc. over 12 years
Contract Overview
Contract Amount: $11,101,152 ($11.1M)
Contractor: Unison Software Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2004-12-02
End Date: 2016-09-30
Contract Duration: 4,320 days
Daily Burn Rate: $2.6K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: PROCUREMENT SOFTWARE
Place of Performance
Location: HUNTSVILLE, MADISON County, ALABAMA, 35824
State: Alabama Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $11.1 million to UNISON SOFTWARE INC for work described as: PROCUREMENT SOFTWARE Key points: 1. Contract duration of over a decade suggests long-term reliance on the software. 2. The fixed-price contract type offers cost certainty for the agency. 3. Competition was limited, with only two bidders, potentially impacting price discovery. 4. The software supports a critical function (procurement) for a major agency. 5. Performance period spans significant technological evolution, raising questions about adaptability. 6. The contract was awarded as a delivery order under a larger contract vehicle.
Value Assessment
Rating: fair
Benchmarking the value of this specific $11.1 million contract is challenging without more granular data on the software's features and the specific services provided. However, the extended performance period of over 12 years suggests a sustained need and potentially a reasonable cost over time if the software has met NASA's evolving requirements. Comparing it to similar enterprise procurement software solutions would require detailed feature comparisons and market analysis, which is not readily available from the provided data. The firm fixed-price nature provides budget predictability.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was awarded as a delivery order, indicating it was likely competed under a pre-existing contract vehicle. The data shows only two bidders participated in this specific delivery order competition. While the initial contract vehicle might have undergone full and open competition, the limited number of bidders for this particular order suggests that competition may have narrowed significantly, potentially leading to less aggressive pricing than if more vendors had been involved.
Taxpayer Impact: A limited competition for a significant software procurement means taxpayers may not have benefited from the most competitive pricing achievable through a broader bidding process.
Public Impact
NASA's procurement operations benefit from streamlined software, potentially leading to more efficient acquisition processes. The software supports the acquisition of goods and services across various NASA programs. The geographic impact is national, as NASA operates numerous facilities across the United States. The workforce implications include procurement officers and IT staff who will utilize and maintain the system.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration (over 12 years) may lead to technology obsolescence if not managed proactively.
- Limited competition for this delivery order could result in higher costs for taxpayers.
- Reliance on a single vendor for a critical system poses a risk if the vendor's financial stability or support capabilities decline.
Positive Signals
- Firm fixed-price contract provides cost certainty for NASA.
- The contract supports a core function (procurement) essential for agency operations.
- The award to Unison Software Inc. indicates a potentially established relationship and satisfaction with their offerings.
Sector Analysis
The procurement software market is a segment of the broader enterprise software industry, which is highly competitive and rapidly evolving. This contract falls within the government IT sector, where agencies increasingly rely on specialized software to manage complex acquisition processes. Comparable spending benchmarks for enterprise resource planning (ERP) or specialized procurement suites can vary widely based on scope, features, and vendor. NASA's investment reflects the critical need for efficient and compliant procurement systems in large federal agencies.
Small Business Impact
The provided data does not indicate if this contract included small business set-asides or subcontracting goals. As a delivery order under a potentially larger contract vehicle, the small business participation would depend on the terms of that master agreement. Without specific information, it's difficult to assess the direct impact on the small business ecosystem, though large enterprise software contracts often have limited direct subcontracting opportunities for very small businesses.
Oversight & Accountability
Oversight for this contract would primarily fall under NASA's internal procurement and financial management systems. The agency's Inspector General would have jurisdiction to investigate potential fraud, waste, or abuse. Transparency is facilitated through contract databases like FPDS, which provide basic award details. However, detailed performance metrics and ongoing oversight mechanisms are not specified in the provided data.
Related Government Programs
- Federal Procurement Data System (FPDS)
- NASA Enterprise Resource Planning (ERP) Systems
- Government-wide Acquisition Contracts (GWACs)
- Defense Procurement Acquisition Policy (DPAP)
Risk Flags
- Long contract duration may increase risk of technology obsolescence.
- Limited competition for delivery order could impact value for money.
- Potential for vendor lock-in due to extended contract term.
Tags
it, nasa, procurement-software, competitive-delivery-order, firm-fixed-price, unison-software-inc, alabama, large-contract, software-licensing, it-services
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $11.1 million to UNISON SOFTWARE INC. PROCUREMENT SOFTWARE
Who is the contractor on this award?
The obligated recipient is UNISON SOFTWARE INC.
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 $11.1 million.
What is the period of performance?
Start: 2004-12-02. End: 2016-09-30.
What specific modules or functionalities does this procurement software provide to NASA?
The provided data identifies the contract as being for 'PROCUREMENT SOFTWARE' but does not detail specific modules or functionalities. Typically, such software for an agency like NASA would encompass modules for requisitioning, purchase order generation, contract management, vendor management, spend analysis, and compliance tracking. It likely aims to automate and streamline the end-to-end procurement lifecycle, ensuring adherence to federal acquisition regulations (FAR) and NASA-specific policies. Further details would require examining the Statement of Work (SOW) or contract line item numbers (CLINs) associated with this award.
How does the $11.1 million cost compare to similar enterprise procurement software solutions for federal agencies?
Direct cost comparison is difficult without knowing the specific features, user base size, and service level agreements (SLAs) included in this $11.1 million award over its 12-year duration. However, enterprise procurement software can range from tens of thousands to millions of dollars annually depending on complexity. For a large agency like NASA, with potentially thousands of users and extensive customization needs, $11.1 million spread over more than a decade might represent a reasonable investment if it delivers significant efficiency gains and cost savings in procurement operations. Benchmarking against similar large-scale federal IT procurements would be necessary for a more precise valuation.
What are the key performance indicators (KPIs) used to measure the success of this procurement software?
The provided data does not specify the Key Performance Indicators (KPIs) for this contract. However, for a procurement software system, common KPIs would likely include metrics related to procurement cycle time (e.g., time to award a contract), cost savings achieved through competitive bidding or negotiated discounts, contract compliance rates, user adoption rates, system uptime and availability, and reduction in manual processing errors. NASA would typically define these KPIs in the contract's Performance Work Statement (PWS) to ensure the software effectively supports its mission objectives and provides measurable value.
What is Unison Software Inc.'s track record with federal government contracts, particularly for large-scale IT solutions?
Unison Software Inc. has a history of providing procurement and financial management solutions to government entities. Reviewing their contract history in the Federal Procurement Data System (FPDS) reveals multiple awards across various agencies, including significant contracts for software licenses and support services. Their experience suggests familiarity with government procurement regulations and requirements. Assessing their track record for large-scale IT solutions would involve examining the size, duration, and complexity of their past awards, as well as any reported performance issues or successes.
Given the 12-year performance period, what are the risks associated with technology obsolescence and vendor lock-in?
The extended 12-year performance period presents inherent risks of technology obsolescence. Software technology evolves rapidly, and a system implemented in 2004 might be outdated by 2016 without significant upgrades. NASA would need robust contract management to ensure Unison Software Inc. provides timely updates and maintains compatibility with emerging technologies. Vendor lock-in is also a concern; the long duration and integration into NASA's core processes could make switching vendors prohibitively expensive and disruptive, potentially reducing leverage for future negotiations. Proactive technology refresh clauses and clear exit strategies in the contract are crucial mitigation measures.
How has NASA's spending on procurement software evolved over time, and does this contract represent a significant shift?
Analyzing NASA's historical spending on procurement software requires accessing and aggregating data over multiple fiscal years. This $11.1 million contract, awarded in 2004 and ending in 2016, represents a substantial, long-term investment. Without comparative data on previous or subsequent procurement software investments by NASA, it's difficult to determine if it signifies a major shift. However, the duration suggests a strategic decision to rely on a single, integrated solution for an extended period, potentially indicating a move towards standardization and consolidation of procurement IT systems within the agency.
Industry Classification
NAICS: Retail Trade › Electronics and Appliance Stores › Computer and Software Stores
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Compusearch Acquisition Company, Inc (UEI: 964567841)
Address: 22685 HOLIDAY PARK DR, DULLES, VA, 20166
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $11,119,152
Exercised Options: $11,101,152
Current Obligation: $11,101,152
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS35F0585J
IDV Type: FSS
Timeline
Start Date: 2004-12-02
Current End Date: 2016-09-30
Potential End Date: 2016-09-30 00:00:00
Last Modified: 2016-11-18
More Contracts from Unison Software Inc
- Prism Contract-Writing System Software License/Maintenance/Support — $25.2M (Department of the Treasury)
- NEW DOL Acquisition Management System (prism - Electronic Contract Writing System) — $24.2M (Department of Labor)
- Acquisition Management System (AMS) Integrate and Implement Contract Management System — $23.0M (Pension Benefit Guaranty Corporation)
- BPA Call for Acquisition Management System (AMS), Operation, Maintenance, and Support Services — $20.3M (Department of Labor)
- Hiams Cots Software Purchase — $17.9M (Department of Housing and Urban Development)
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 →