NASA's $11.3M Facilities Support Services Contract Awarded to CALL HENRY INC Under Full and Open Competition
Contract Overview
Contract Amount: $11,335,971 ($11.3M)
Contractor: Call Henry Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2006-12-05
End Date: 2013-05-31
Contract Duration: 2,369 days
Daily Burn Rate: $4.8K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: OTHER (NONE OF THE ABOVE)
Sector: Other
Official Description: REPAIRS AND SERVICE REQUESTS
Place of Performance
Location: CLEVELAND, CUYAHOGA County, OHIO, 44135
State: Ohio Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $11.3 million to CALL HENRY INC for work described as: REPAIRS AND SERVICE REQUESTS Key points: 1. Significant contract value of $11.3 million for facilities support services. 2. Awarded through full and open competition, indicating a competitive bidding process. 3. Potential risk associated with long contract duration (over 6 years). 4. Services fall under Facilities Support Services, a broad category with varying cost benchmarks.
Value Assessment
Rating: fair
The contract value of $11.3 million for over 6 years of facilities support services appears reasonable given the scope. However, without specific details on the services provided, a precise pricing assessment against similar contracts is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a competitive process that aimed to maximize participation. This method generally promotes price discovery and potentially better value for the government.
Taxpayer Impact: The competitive award process is likely to have resulted in a fair price, maximizing taxpayer value for the facilities support services.
Public Impact
Ensures continued operation and maintenance of NASA facilities. Supports NASA's mission by providing essential infrastructure services. Potential for job creation within the facilities support sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration may lead to price inflexibility.
- Lack of specific service details hinders detailed cost analysis.
Positive Signals
- Full and open competition promotes fair pricing.
- Awarded to a single contractor, potentially allowing for streamlined service delivery.
Sector Analysis
Facilities support services are crucial for government operations, encompassing maintenance, repair, and management of physical infrastructure. Spending benchmarks vary widely based on the type and scale of facilities managed.
Small Business Impact
The data does not indicate whether small businesses were involved as subcontractors or prime contractors. Further analysis would be needed to determine small business participation.
Oversight & Accountability
The contract was awarded by NASA, an agency with established oversight mechanisms. However, the long duration necessitates ongoing monitoring to ensure performance and cost-effectiveness.
Related Government Programs
- Facilities Support Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Long contract duration (over 6 years) may reduce flexibility and increase risk of cost overruns.
- Ambiguity in 'EXCLUSION OF SOURCES' clause warrants further investigation into competitive limitations.
- Lack of detailed service scope hinders comprehensive value-for-money assessment.
- No indication of small business participation.
Tags
facilities-support-services, national-aeronautics-and-space-administr, oh, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $11.3 million to CALL HENRY INC. REPAIRS AND SERVICE REQUESTS
Who is the contractor on this award?
The obligated recipient is CALL HENRY 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 $11.3 million.
What is the period of performance?
Start: 2006-12-05. End: 2013-05-31.
What specific facilities support services are included in this contract, and how do they align with industry standards for cost-effectiveness?
The provided data lacks specifics on the services rendered under the 'Facilities Support Services' category. A detailed breakdown of tasks such as maintenance, repair, janitorial, security, or groundskeeping is needed. Comparing these specific services against industry benchmarks and other government contracts for similar scopes would reveal if the $11.3 million price over 2369 days represents good value or if there are opportunities for cost savings.
Given the 'EXCLUSION OF SOURCES' clause, what was the justification, and did it limit potential competition or innovation?
The phrase 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' is somewhat contradictory. Typically, 'exclusion of sources' implies a limitation. If a justification for excluding certain sources was documented and approved, it would be important to review. This clause could potentially limit the pool of bidders and may have impacted the final price discovery, even within a nominally 'full and open' framework.
How effectively has CALL HENRY INC performed over the contract's duration, and what is the impact on NASA's operational efficiency?
Assessing the effectiveness requires performance reviews, customer satisfaction data, and metrics related to service delivery timeliness and quality. Without this post-award performance data, it's impossible to determine the true value and impact on NASA's operational efficiency. The long duration suggests a need for robust performance management to ensure continued effectiveness and taxpayer value.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: RESEARCH AND DEVELOPMENT › DEFENSE (OTHER) R&D
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: OTHER (NONE OF THE ABOVE) (3)
Evaluated Preference: NONE
Contractor Details
Address: 308 PINE ST., TITUSVILLE, FL, 08
Business Categories: Category Business, Small Business
Financial Breakdown
Contract Ceiling: $11,743,851
Exercised Options: $11,743,851
Current Obligation: $11,335,971
Parent Contract
Parent Award PIID: NNC07BA04B
IDV Type: IDC
Timeline
Start Date: 2006-12-05
Current End Date: 2013-05-31
Potential End Date: 2013-05-31 00:00:00
Last Modified: 2013-10-24
More Contracts from Call Henry Inc
- Federal Contract — $72.8M (Department of Defense)
- This Contract FA4610-18-C-0005 Replaces FA4610-12-C-0004 — $72.6M (Department of Defense)
- "NEW Award" Launch Operations Support Contract (losc) - Range Support Services - FY12 Through FY17 — $54.7M (Department of Defense)
- Facilities Maintenance and Support Services — $32.0M (Environmental Protection Agency)
- NEW Task Under Call Henry — $27.5M (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 →