NASA awards $29.9M multi-mission flight software support task order to General Dynamics Information Technology Inc
Contract Overview
Contract Amount: $29,935,272 ($29.9M)
Contractor: General Dynamics Information Technology Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2003-11-01
End Date: 2008-10-31
Contract Duration: 1,826 days
Daily Burn Rate: $16.4K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: TASK ORDER UNDER NIH AUTHORIZATION NASA-GSFC-2004-C2258 FOR MULTI-MISSION FLIGHT SOFTWARE SUPPORT
Place of Performance
Location: LANHAM, PRINCE GEORGE'S County, MARYLAND, 20706, UNITED STATES OF AMERICA
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $29.9 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY INC. for work described as: TASK ORDER UNDER NIH AUTHORIZATION NASA-GSFC-2004-C2258 FOR MULTI-MISSION FLIGHT SOFTWARE SUPPORT Key points: 1. The contract value is $29.9 million over five years. 2. General Dynamics Information Technology Inc. is the sole awardee. 3. The contract type is Cost Plus Fixed Fee. 4. The task order was not competed, raising potential value concerns.
Value Assessment
Rating: questionable
The Cost Plus Fixed Fee contract type can lead to cost overruns if not managed carefully. Without competitive bidding, it's difficult to assess if the pricing is optimal compared to similar software support contracts.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded sole-source, meaning there was no competition. This limits price discovery and potentially leads to higher costs for taxpayers.
Taxpayer Impact: The lack of competition for this $29.9 million contract may result in taxpayers paying more than necessary for the services provided.
Public Impact
Taxpayers may be overpaying due to the absence of a competitive bidding process. The long duration of the contract (5 years) could lock in potentially inefficient pricing. Lack of transparency in sole-source awards can erode public trust in government contracting.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Cost-plus contract type
- Lack of competition
Positive Signals
- Supports critical multi-mission flight software
Sector Analysis
This contract falls within the Information Technology sector, specifically supporting complex flight software for NASA's missions. IT spending benchmarks vary widely based on complexity and duration, but competitive procurement is generally expected to yield better value.
Small Business Impact
The data indicates that small businesses were not involved in this specific task order award, as the prime contractor is General Dynamics Information Technology Inc. and the small business flag is false.
Oversight & Accountability
The sole-source nature of this award warrants close oversight to ensure the contractor is delivering services efficiently and that costs are reasonable and adequately justified.
Related Government Programs
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Lack of competition
- Potential for cost overruns (Cost Plus Fixed Fee)
- Limited price discovery
- Sole-source award justification unclear
Tags
national-aeronautics-and-space-administr, md, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $29.9 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY INC.. TASK ORDER UNDER NIH AUTHORIZATION NASA-GSFC-2004-C2258 FOR MULTI-MISSION FLIGHT SOFTWARE SUPPORT
Who is the contractor on this award?
The obligated recipient is GENERAL DYNAMICS INFORMATION 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 $29.9 million.
What is the period of performance?
Start: 2003-11-01. End: 2008-10-31.
What was the justification for awarding this contract sole-source instead of seeking competitive bids?
The justification for a sole-source award typically involves unique capabilities, urgent needs, or situations where only one responsible source can provide the required services. Without specific documentation, it's impossible to confirm the exact rationale, but it's crucial for NASA to have documented this thoroughly to ensure accountability and transparency.
How will NASA ensure cost control and value for money with a Cost Plus Fixed Fee contract awarded sole-source?
NASA must implement robust oversight mechanisms, including detailed cost tracking, performance metrics, and regular audits. Establishing clear milestones and deliverables, along with stringent review processes for any cost adjustments, will be essential to mitigate the risks associated with cost-plus contracts and ensure fair value is obtained despite the lack of competition.
What is the potential impact on future NASA software development if critical support is consistently awarded sole-source?
Consistent sole-source awards could stifle innovation and competition within the aerospace software sector. It may discourage new entrants and limit NASA's access to a broader range of technological solutions and potentially more cost-effective services. This could lead to increased long-term costs and reduced technological advancement.
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Computer Sciences Corporation (UEI: 009581091)
Address: 3170 FAIRVIEW PARK DR, FALLS CHURCH, VA, 22042
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $31,055,428
Exercised Options: $31,055,428
Current Obligation: $29,935,272
Parent Contract
Parent Award PIID: NIH26301D0049
IDV Type: IDC
Timeline
Start Date: 2003-11-01
Current End Date: 2008-10-31
Potential End Date: 2008-10-31 00:00:00
Last Modified: 2015-09-21
More Contracts from General Dynamics Information Technology Inc.
- Global Security Engineering&supply Chain Services — $1.5B (Department of State)
- THE Purpose of This Action IS to Establish a NEW Contract With General Dynamics Information Technology for Global Supply Chain Management, Logistics and Technology Development Services to Support the Department of State. the Initial Funding Associated With This Contract IS $22,304,578.00. the Overall Contract Value IS $2,200,000,000.00 — $1.2B (Department of State)
- Cloud Products&tools (CPT) — $902.0M (Department of Health and Human Services)
- Beneficiary Contact Center Operations — $879.1M (Department of Health and Human Services)
- Award of Task Order 47qfca210051-Nawcad Wolf Ship and AIR C5isr Systems Support — $832.3M (General Services Administration)
View all General Dynamics Information Technology Inc. federal contracts →
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 →