NASA Awards $41.6M Task Order for Goddard Safety & Mission Assurance Surveillance Support
Contract Overview
Contract Amount: $41,568,472 ($41.6M)
Contractor: KBR Wyle Services, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2016-06-28
End Date: 2023-12-31
Contract Duration: 2,742 days
Daily Burn Rate: $15.2K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: IGF::OT::IGF THIS TASK ORDER (TO) IS IN DIRECT SUPPORT OF THE SAFETY&MISSION ASSURANCE, AUDITS AND ASSESSMENTS (SMA3) CONTRACT, NNC16BA04B. IT PROVIDES SURVEILLANCE SUPPORT TO GODDARD SPACE FLIGHT CENTER (GSFC).
Place of Performance
Location: COLUMBIA, HOWARD County, MARYLAND, 21046
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $41.6 million to KBR WYLE SERVICES, LLC for work described as: IGF::OT::IGF THIS TASK ORDER (TO) IS IN DIRECT SUPPORT OF THE SAFETY&MISSION ASSURANCE, AUDITS AND ASSESSMENTS (SMA3) CONTRACT, NNC16BA04B. IT PROVIDES SURVEILLANCE SUPPORT TO GODDARD SPACE FLIGHT CENTER (GSFC). Key points: 1. Spending focuses on critical safety and mission assurance functions for Goddard Space Flight Center. 2. KBR WYLE SERVICES, LLC is the incumbent contractor, suggesting potential for continued relationship. 3. The contract type (Cost Plus Fixed Fee) can lead to cost overruns if not managed carefully. 4. The 'Other Scientific and Technical Consulting Services' NAICS code indicates a broad range of potential activities.
Value Assessment
Rating: fair
The Cost Plus Fixed Fee contract type, while allowing flexibility, carries inherent risk for cost control. Benchmarking against similar surveillance support contracts would be necessary to fully assess value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which generally promotes competitive pricing. However, the specific pricing discovery mechanisms within this task order are not detailed.
Taxpayer Impact: Taxpayer funds are being used for essential safety and mission assurance functions, aiming to ensure the integrity of space flight operations.
Public Impact
Ensures critical safety and mission assurance for NASA's Goddard Space Flight Center. Supports ongoing audits and assessments, contributing to program accountability. The duration of the task order (over 6 years) indicates a long-term need for these services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contract type may lead to cost overruns.
- Long contract duration could mask inefficiencies if not actively managed.
- Lack of specific performance metrics makes assessing effectiveness challenging.
Positive Signals
- Awarded under full and open competition.
- Supports essential safety and mission assurance functions.
- Incumbent contractor may bring valuable institutional knowledge.
Sector Analysis
This spending falls within the professional, scientific, and technical services sector, specifically consulting. Benchmarks for similar government contracts in this area vary widely based on scope and duration.
Small Business Impact
The data indicates this contract was not awarded to a small business. Further analysis would be needed to determine if small business subcontracting opportunities were pursued or mandated.
Oversight & Accountability
The task order is part of a larger contract (NNC16BA04B) supporting Safety & Mission Assurance. Oversight would likely involve monitoring contractor performance against defined objectives and managing costs under the CPFF structure.
Related Government Programs
- Other Scientific and Technical Consulting Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Cost Plus Fixed Fee contract type.
- Long contract duration (over 6 years).
- Lack of specific performance metrics in provided data.
- No indication of small business participation.
- Potential for contractor inertia over extended period.
Tags
other-scientific-and-technical-consultin, national-aeronautics-and-space-administr, md, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $41.6 million to KBR WYLE SERVICES, LLC. IGF::OT::IGF THIS TASK ORDER (TO) IS IN DIRECT SUPPORT OF THE SAFETY&MISSION ASSURANCE, AUDITS AND ASSESSMENTS (SMA3) CONTRACT, NNC16BA04B. IT PROVIDES SURVEILLANCE SUPPORT TO GODDARD SPACE FLIGHT CENTER (GSFC).
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 $41.6 million.
What is the period of performance?
Start: 2016-06-28. End: 2023-12-31.
What specific metrics are used to evaluate the effectiveness of the surveillance support provided under this task order?
The provided data does not specify the performance metrics for this task order. Effective oversight would require clearly defined deliverables and Key Performance Indicators (KPIs) to measure the quality and impact of the surveillance support, ensuring it meets NASA's safety and mission assurance objectives.
How does the Cost Plus Fixed Fee structure impact the government's ability to control costs for this long-term surveillance contract?
The Cost Plus Fixed Fee (CPFF) structure allows for reimbursement of allowable costs plus a fixed fee, but it can incentivize contractors to incur higher costs to increase the fee base. Robust government oversight, detailed cost tracking, and clear scope definition are crucial to mitigate the risk of cost overruns and ensure value for taxpayer money.
What is the potential impact of relying on an incumbent contractor for over six years on innovation and cost-efficiency?
While an incumbent contractor like KBR WYLE SERVICES, LLC brings institutional knowledge, a long-term sole-source or extended contract duration can sometimes lead to complacency, reduced innovation, and less aggressive cost management. Periodic re-competition or performance reviews are essential to ensure continued value and encourage competitive practices.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Other Scientific and Technical Consulting Services
Product/Service Code: QUALITY CONTROL, TEST, INSPECTION › QUALITY CONTROL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: KBR, Inc.
Address: 7000 COLUMBIA GATEWAY DR, COLUMBIA, MD, 21046
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $43,029,182
Exercised Options: $43,029,182
Current Obligation: $41,568,472
Actual Outlays: $23,826,568
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $39,540
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: NNC16BA04B
IDV Type: IDC
Timeline
Start Date: 2016-06-28
Current End Date: 2023-12-31
Potential End Date: 2023-12-31 00:00:00
Last Modified: 2023-08-01
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 →