NASA awards $30.4M for High Performance Computing System Integration and Support to General Dynamics Information Technology Inc
Contract Overview
Contract Amount: $30,435,825 ($30.4M)
Contractor: General Dynamics Information Technology Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2009-05-02
End Date: 2012-12-04
Contract Duration: 1,312 days
Daily Burn Rate: $23.2K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 21
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: THE CONTRACTOR SHALL SUPPORT TOOLS, TRAVEL, ODC'S, AND CONTRACTOR ACCESS FEE IN THE FOLLOWING DESCRIPTION FOR HIGH PERFORMANCE COMPUTING SYSTEM INTEGRATION, ADMINISTRATION, OPERATIONS AND SUPPORT AT THE NASA CENTER FOR COMPUTATIONAL SCIENCES (NCCS) AS FURTHER DESCRIBED HEREIN.
Place of Performance
Location: GREENBELT, PRINCE GEORGES County, MARYLAND, 20771
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $30.4 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY INC. for work described as: THE CONTRACTOR SHALL SUPPORT TOOLS, TRAVEL, ODC'S, AND CONTRACTOR ACCESS FEE IN THE FOLLOWING DESCRIPTION FOR HIGH PERFORMANCE COMPUTING SYSTEM INTEGRATION, ADMINISTRATION, OPERATIONS AND SUPPORT AT THE NASA CENTER FOR COMPUTATIONAL SCIENCES (NCCS) AS FURTHER DESCRIBED HEREIN. Key points: 1. Contract focuses on critical support for high-performance computing at NASA's Center for Computational Sciences. 2. The contract type is Cost Plus Fixed Fee, which can lead to cost overruns if not managed carefully. 3. Delivery Order awarded under a larger contract, indicating a phased approach to service delivery. 4. The duration of the contract is over three years, suggesting a need for sustained support. 5. The contractor, General Dynamics Information Technology Inc., is a large, established player in the IT services market. 6. The contract is for Computer Systems Design Services, a key area for advanced research and development.
Value Assessment
Rating: fair
The contract value of $30.4 million over approximately three years for high-performance computing support appears reasonable given the specialized nature of the services. However, without specific benchmarks for similar HPC support contracts at NASA or other agencies, a precise value-for-money assessment is challenging. The Cost Plus Fixed Fee (CPFF) contract type introduces some risk, as it allows for the reimbursement of costs plus a fixed fee, potentially leading to higher final costs if initial estimates are inaccurate or scope creeps. Further analysis would require comparing the labor rates and overhead applied to this contract with industry standards and other government contracts for similar services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
The provided data indicates this was a 'COMPETITIVE DELIVERY ORDER'. This suggests that while the overarching contract may have been competed, this specific delivery order might have been awarded through a competitive process among pre-qualified vendors or through a specific set of bidding rules. Without more information on the specific procurement vehicle (e.g., IDIQ, GWAC) and the number of bids received for this particular order, it's difficult to definitively assess the level of competition. A truly full and open competition would involve broad solicitation and multiple bidders.
Taxpayer Impact: A competitive award process, even for a delivery order, generally benefits taxpayers by fostering price discovery and encouraging vendors to offer competitive terms. If multiple vendors vied for this order, it likely resulted in a more favorable price and better service terms than a sole-source award.
Public Impact
Scientists and researchers at NASA's Center for Computational Sciences will benefit from the continued operation and support of high-performance computing systems. The services delivered are critical for enabling advanced scientific simulations, data analysis, and modeling across various NASA research initiatives. The geographic impact is primarily at the NASA Center for Computational Sciences, likely located in Maryland. The contract supports a specialized workforce of IT professionals and system administrators responsible for maintaining and operating complex computing infrastructure.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contract type can lead to cost escalation if not tightly managed.
- Lack of detailed competition information for this specific delivery order makes it hard to confirm optimal price discovery.
- The duration of the contract requires ongoing monitoring to ensure continued value and performance.
Positive Signals
- Awarded to a large, experienced IT contractor with a track record in government services.
- Focus on critical high-performance computing infrastructure is essential for NASA's scientific mission.
- The contract is a delivery order under a potentially larger, competed contract, suggesting a structured procurement.
Sector Analysis
This contract falls within the Computer Systems Design Services sector, a crucial component of the broader Information Technology industry. This sector is characterized by high demand for specialized expertise in managing complex IT infrastructures, including supercomputing and high-performance computing (HPC) environments. The market for HPC services is significant, driven by advancements in scientific research, artificial intelligence, and big data analytics across government, academia, and private industry. Comparable spending benchmarks would typically involve analyzing other government contracts for HPC operations and maintenance, as well as private sector IT outsourcing agreements for similar scale computing resources.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). General Dynamics Information Technology Inc. is a large corporation. Therefore, there are no direct subcontracting implications for small businesses arising from a small business set-aside. However, as a large prime contractor, General Dynamics may engage small businesses as subcontractors for specific components or services, though this is not explicitly detailed in the provided information. The absence of a small business set-aside means that opportunities for small businesses to directly compete for this prime contract were likely limited.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the technical point of contact at NASA's Center for Computational Sciences. Performance monitoring, adherence to the Cost Plus Fixed Fee terms, and delivery of required services would be key areas of oversight. Accountability measures would be embedded in the contract's terms and conditions, including reporting requirements and potential penalties for non-performance. Transparency is generally facilitated through contract award databases like FPDS-NG, which provide public access to contract details. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- NASA High Performance Computing
- IT Support Services
- Computer Systems Design
- Cloud Computing Services
- Scientific Research Infrastructure
Risk Flags
- Cost Plus Fixed Fee contract type requires diligent oversight to manage costs.
- Competition level for this specific delivery order is not fully detailed.
- Technology obsolescence risk due to contract duration.
Tags
it, nasa, maryland, delivery-order, large-contract, competitive-delivery-order, cost-plus-fixed-fee, computer-systems-design-services, high-performance-computing, general-dynamics-information-technology-inc
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $30.4 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY INC.. THE CONTRACTOR SHALL SUPPORT TOOLS, TRAVEL, ODC'S, AND CONTRACTOR ACCESS FEE IN THE FOLLOWING DESCRIPTION FOR HIGH PERFORMANCE COMPUTING SYSTEM INTEGRATION, ADMINISTRATION, OPERATIONS AND SUPPORT AT THE NASA CENTER FOR COMPUTATIONAL SCIENCES (NCCS) AS FURTHER DESCRIBED HEREIN.
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 $30.4 million.
What is the period of performance?
Start: 2009-05-02. End: 2012-12-04.
What is the track record of General Dynamics Information Technology Inc. in supporting high-performance computing environments for government agencies?
General Dynamics Information Technology Inc. (GDIT) has a substantial track record in providing IT services to various government agencies, including those requiring high-performance computing (HPC) support. Their experience often encompasses system integration, operations, maintenance, and modernization of complex computing infrastructures. GDIT has been involved in contracts with agencies like the Department of Defense, NASA, and others that rely on significant computational power for research, simulation, and data analysis. Their capabilities typically include managing large-scale data centers, ensuring system uptime, and implementing advanced cybersecurity measures. While specific details for this NASA NCCS contract are provided, GDIT's broader portfolio suggests they possess the necessary expertise and resources to handle such demanding HPC environments. A deeper dive into their past performance on similar HPC contracts, including client satisfaction and any performance issues, would provide further assurance.
How does the Cost Plus Fixed Fee (CPFF) structure compare to other contract types for IT support services, and what are the implications for value?
The Cost Plus Fixed Fee (CPFF) contract type reimburses the contractor for all allowable costs incurred, plus a predetermined fixed fee representing profit. This structure is often used when the scope of work is not precisely defined at the outset or involves a high degree of uncertainty, such as research and development or complex system integration. Compared to Firm-Fixed-Price (FFP) contracts, CPFF offers greater flexibility for the government to adapt to changing requirements but carries a higher risk of cost overruns if the contractor's costs exceed estimates. For IT support services, FFP contracts are generally preferred for well-defined tasks as they provide greater cost certainty for the government. However, for specialized HPC support where innovation or evolving technical needs are paramount, CPFF can be appropriate. The key to ensuring value with CPFF lies in robust government oversight, stringent cost controls, and clear definition of allowable costs to prevent contractor inefficiencies from inflating the final price.
What are the potential risks associated with the duration of this contract (over three years) for HPC support?
The duration of this contract, spanning over three years (1312 days from May 2009 to December 2012), presents several potential risks for high-performance computing (HPC) support. Firstly, technology in the HPC sector evolves rapidly. A three-year contract might mean the supported systems become outdated or less efficient compared to newer technologies available in the market by the end of the term, potentially leading to diminishing returns on investment. Secondly, the fixed fee component, while intended to provide profit stability, might become misaligned with actual market rates for specialized HPC skills over time, either overcompensating the contractor or, less likely, undercompensating them if market demand surges. Thirdly, long-term contracts can sometimes lead to complacency in performance if oversight is not consistently rigorous. Finally, changes in agency priorities or budget allocations over such a long period could necessitate contract modifications, potentially impacting cost and scope.
How does the National Aeronautics and Space Administration (NASA) typically procure high-performance computing services, and does this contract align with those patterns?
NASA's procurement of high-performance computing (HPC) services often involves a mix of approaches, reflecting the agency's diverse research needs and the rapidly evolving nature of HPC technology. They frequently utilize Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, which allow for task orders to be issued as needed over a period, providing flexibility. NASA also engages in competitive solicitations for specific HPC systems, software, or support services. This particular contract, identified as a 'COMPETITIVE DELIVERY ORDER' (CT: COMPETITIVE DELIVERY ORDER), suggests it was awarded under a pre-existing contract vehicle, likely an IDIQ or a similar multiple-award contract. This aligns with NASA's strategy to leverage existing agreements for efficiency while still ensuring some level of competition for specific task orders or delivery orders. The focus on 'Computer Systems Design Services' (ND: Computer Systems Design Services) is also consistent with NASA's need for specialized expertise in managing and integrating complex computational resources.
What is the significance of the North American Industry Classification System (NAICS) code 541512 for this contract?
The NAICS code 541512, 'Computer Systems Design Services,' is highly significant for this contract as it defines the primary nature of the services being procured. This code encompasses establishments primarily engaged in planning and designing computer systems that integrate hardware, software, and communication technologies. For NASA's Center for Computational Sciences (NCCS), this means the contractor is responsible for the design, integration, administration, operation, and support of high-performance computing systems. These systems are critical for complex scientific simulations, data analysis, and modeling required for NASA's missions. The code implies a need for expertise in system architecture, network integration, software deployment, performance tuning, and ongoing technical support, all tailored to the demanding requirements of advanced scientific computing.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
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: 21
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: General Dynamics Corp (UEI: 001381284)
Address: 3170 FAIRVIEW PARK DR, FALLS CHURCH, VA, 22042
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $89,557,500
Exercised Options: $89,557,500
Current Obligation: $30,435,825
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS00T99ALD0203
IDV Type: GWAC
Timeline
Start Date: 2009-05-02
Current End Date: 2012-12-04
Potential End Date: 2012-12-04 00:00:00
Last Modified: 2019-05-15
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 →