NASA's $18.9M Icing Research Tunnel Upgrade Awarded to Amentum Technology, Inc
Contract Overview
Contract Amount: $18,945,572 ($18.9M)
Contractor: Amentum Technology, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2010-03-05
End Date: 2012-02-29
Contract Duration: 726 days
Daily Burn Rate: $26.1K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: TAS::80 0125::TAS RECOVERY ACT - ICING RESEARCH TUNNEL REFRIGERATION SYSTEMS UPGRADE - DESIGN BUILD
Place of Performance
Location: CLEVELAND, CUYAHOGA County, OHIO, 44135
State: Ohio Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $18.9 million to AMENTUM TECHNOLOGY, INC. for work described as: TAS::80 0125::TAS RECOVERY ACT - ICING RESEARCH TUNNEL REFRIGERATION SYSTEMS UPGRADE - DESIGN BUILD Key points: 1. The contract focuses on upgrading refrigeration systems for the Icing Research Tunnel. 2. Amentum Technology, Inc. secured the award. 3. The project falls under Industrial Building Construction. 4. The award was made under full and open competition.
Value Assessment
Rating: good
The award amount of $18.9M for a design-build project of this nature appears reasonable, especially considering the specialized nature of an icing research tunnel. Benchmarking against similar large-scale industrial construction projects would provide further context.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using full and open competition, suggesting a robust price discovery process. This method typically leads to more competitive pricing as multiple bidders vie for the contract.
Taxpayer Impact: The use of full and open competition is generally beneficial for taxpayers, as it promotes efficiency and potentially lower costs through market forces.
Public Impact
Enhances critical research infrastructure for aerospace safety. Supports advanced weather simulation capabilities. Potential for job creation in the construction and engineering sectors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns in complex construction projects.
- Dependence on a single contractor for specialized upgrades.
Positive Signals
- Awarded through full and open competition.
- Clear project scope for infrastructure upgrade.
Sector Analysis
This contract falls within the Industrial Building Construction sector, specifically for specialized research facilities. Spending in this sector can vary widely based on infrastructure needs and government research priorities.
Small Business Impact
The data indicates this contract was not set aside for small businesses and was awarded to a large business (Amentum Technology, Inc.). There is no direct indication of small business subcontracting opportunities in the provided data.
Oversight & Accountability
The award was managed by the National Aeronautics and Space Administration (NASA), a civilian agency with established oversight mechanisms. Further review of contract performance reports would be needed to assess specific oversight effectiveness.
Related Government Programs
- Industrial Building Construction
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for cost overruns in complex construction.
- Long-term maintenance and operational costs.
- Dependence on specialized technology and contractor expertise.
- Scope creep risk in design-build projects.
Tags
industrial-building-construction, national-aeronautics-and-space-administr, oh, dca, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $18.9 million to AMENTUM TECHNOLOGY, INC.. TAS::80 0125::TAS RECOVERY ACT - ICING RESEARCH TUNNEL REFRIGERATION SYSTEMS UPGRADE - DESIGN BUILD
Who is the contractor on this award?
The obligated recipient is AMENTUM TECHNOLOGY, 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 $18.9 million.
What is the period of performance?
Start: 2010-03-05. End: 2012-02-29.
What is the projected impact of this upgrade on the tunnel's operational efficiency and research output?
The upgrade is expected to significantly enhance the Icing Research Tunnel's capabilities by improving refrigeration system efficiency and reliability. This will allow for more precise and consistent simulation of icing conditions, leading to more accurate data for aircraft design and safety certification. Ultimately, this should boost the tunnel's operational output and the quality of research it can support.
Are there any identified risks associated with the long-term maintenance and operational costs of the upgraded refrigeration system?
While the initial upgrade aims for efficiency, long-term maintenance and operational costs are a potential concern. Specialized refrigeration systems can require costly upkeep and energy consumption. A thorough lifecycle cost analysis should have been conducted to ensure the chosen system is sustainable and that adequate funding is allocated for ongoing maintenance to prevent future budget strains.
How does the performance of this contract compare to similar infrastructure upgrade projects within NASA or other federal agencies?
Without specific performance metrics from this contract (e.g., on-time completion, budget adherence, quality of work), a direct comparison is difficult. However, given the full and open competition and firm-fixed-price structure, the expectation is for efficient delivery. Benchmarking against similar large-scale construction projects within NASA or other agencies would reveal if this project's cost and timeline were within typical ranges.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Industrial Building Construction
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCTION OF BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: TWO STEP
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Jacobs Engineering Group Inc (UEI: 074103508)
Address: 600 WILLIAM NORTHERN BLVD, TULLAHOMA, TN, 04
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $18,945,572
Exercised Options: $18,945,572
Current Obligation: $18,945,572
Timeline
Start Date: 2010-03-05
Current End Date: 2012-02-29
Potential End Date: 2012-02-29 00:00:00
Last Modified: 2012-02-09
More Contracts from Amentum Technology, Inc.
- THE Test and Operations Support Contract (tosc) IS a Cost-Plus-Award-Fee Contract With an Indefinite Delivery Indefinite Quantity Task Ordering Provision. Tosc Provides a Processing Contract for the Kennedy Space Center (KSC) Supporting Multiple Customers. the Scope of This Contract Includes Program Management and Control; Safety and Mission Assurance; Information Management; Processing Support Systems and Integration; Flight Hardware Processing; Ground Systems Operations, Maintenance and Sustaining Engineering; Logistics and Spaceport Services. Tosc Provides Overall Management and Implementation of Ground Systems Capabilities, Flight Hardware Processing and Launch Operations AT KSC in Florida. These Tasks Will Support the International Space Station, Ground Systems Development and Operations, and the Space Launch System, Orion Multi-Purpose Crew Vehicle and Launch Services Programs. Tosc Also Provides Ground Processing for Launch Vehicles, Spacecraft and Payloads in Support of Emerging Programs, Commercial Entities and Other Government Agencies AS Designated by the Government. Services Include Advanced Planning and Special Studies; Development of Designated Ground Systems; Operational Support for Design and Development of Flight Hardware and Ground Systems; Spacecraft, Payload, and Launch Vehicle Servicing and Processing; Ground Systems Services; and Logistics and Other Processing Support Services. Flight Hardware Processing and Servicing Activities Include Assembly, Integration, Checkout, and Depot-Level Maintenance and Repair. Launch Vehicle and Spacecraft Operations Include Advanced Planning, Element Processing, Integration, Test, Launch and Recovery Services. Ground Systems Services Include Operations, Maintenance and Validation of Associated Ground Systems and Support Equipment Necessary for Human Space Flight and Exploration. Contract Activities Will BE Performed in the Most Cost-Effective and Efficient Manner Supporting the Government S Priorities for Safety, Mission Success, Customer Satisfaction and Innovation While Maintaining Flexibility and Responsiveness to Changing Requirements. With the Award of This Contract, KSC IS Positioning Itself for the Next ERA of Space Exploration. KSC IS Transitioning to a 21st-Century Launch Facility With Multiple Users, Both Private and Government. a Dynamic Infrastructure IS Taking Shape, Designed to Host Many Kinds of Spacecraft and Rockets Sending People on America's Next Voyages in Space — $2.1B (National Aeronautics and Space Administration)
- Engineering Science Contract — $1.9B (National Aeronautics and Space Administration)
- Engineering Services and Science Capability Augmentation (essca) — $1.9B (National Aeronautics and Space Administration)
- Enterprise Core Services (enduring) — $979.2M (Department of Defense)
- Engineering Science and Technology — $874.0M (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 →