NASA's $19.7M Facilities Support Services Contract Awarded to World Technical Services, Inc
Contract Overview
Contract Amount: $19,776,563 ($19.8M)
Contractor: World Technical Services, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2007-03-01
End Date: 2012-02-29
Contract Duration: 1,826 days
Daily Burn Rate: $10.8K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: COST PLUS AWARD FEE
Sector: Other
Official Description: HEADQUARTERS LIBRARY, OPERATIONS SERVICES, MAIL CENTER OPERATIONS SERVICES, JANITORIAL SERVICES, HELPDESK SERVICES, AND ARCHIVAL SERVICE
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20546
Plain-Language Summary
National Aeronautics and Space Administration obligated $19.8 million to WORLD TECHNICAL SERVICES, INC. for work described as: HEADQUARTERS LIBRARY, OPERATIONS SERVICES, MAIL CENTER OPERATIONS SERVICES, JANITORIAL SERVICES, HELPDESK SERVICES, AND ARCHIVAL SERVICE Key points: 1. Contract awarded for a broad range of facilities support services, including janitorial, helpdesk, and archival functions. 2. The contract utilized a cost-plus award fee structure, incentivizing contractor performance. 3. Services were procured through full and open competition, suggesting a robust bidding process. 4. The contract duration was over five years, indicating a long-term need for these services. 5. The base value of the contract was over $10 million, with potential for growth through award fees. 6. Services are concentrated in the District of Columbia, impacting federal operations in the capital.
Value Assessment
Rating: fair
The contract's cost-plus award fee structure allows for flexibility but can lead to higher costs if not managed tightly. Benchmarking against similar facilities support contracts is difficult without detailed performance data and award fee payouts. The initial award value of over $10 million for a five-year period suggests a significant investment in maintaining federal facilities. Without specific metrics on service delivery and cost efficiency, a definitive value-for-money assessment is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'full and open competition after exclusion of sources,' indicating that all responsible sources were permitted to submit offers. This competitive approach is generally favorable for price discovery and ensuring the government receives competitive pricing. The number of bidders is not specified, but the process itself suggests a market capable of supporting multiple interested parties for facilities support services.
Taxpayer Impact: A full and open competition process helps ensure that taxpayer dollars are used efficiently by fostering a competitive environment that drives down costs and improves service quality.
Public Impact
Federal agencies operating within the District of Columbia benefit from the continuity of essential facilities support services. The contract ensures the upkeep and operational readiness of federal buildings, including janitorial, helpdesk, and archival functions. Employees and visitors to these federal facilities will experience maintained environments and accessible support services. The contract supports a workforce dedicated to facilities management and operational support within the federal sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns inherent in cost-plus award fee contracts if performance incentives are not carefully structured and monitored.
- Lack of specific performance metrics in the provided data makes it difficult to assess the true value and efficiency of services delivered.
- Concentration of services in a single geographic area (DC) may limit broader applicability or scalability of lessons learned.
Positive Signals
- Procurement through full and open competition suggests a commitment to leveraging market competition for best value.
- The use of an award fee structure indicates an intent to incentivize high performance and quality service delivery.
- The long contract duration implies a stable and ongoing need, suggesting the services are critical to agency operations.
Sector Analysis
Facilities Support Services (NAICS 561210) is a broad category encompassing a wide range of services essential for the operation and maintenance of buildings and grounds. This sector includes services like building operation and maintenance, janitorial services, and security systems operations. The federal government is a significant consumer of these services, particularly in maintaining its vast portfolio of government-owned and leased facilities across the nation. This contract fits within the broader trend of federal agencies outsourcing non-core functions to specialized service providers to focus on their primary missions.
Small Business Impact
The provided data indicates that small business participation (sb) was false for this contract. This suggests that the contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mandated in the award details. Consequently, the direct impact on the small business ecosystem for this specific contract appears minimal, with opportunities likely concentrated among larger service providers.
Oversight & Accountability
Oversight for this contract would typically be managed by the National Aeronautics and Space Administration (NASA) contracting officer and program managers. Performance would be monitored against the terms of the Cost Plus Award Fee contract, including adherence to service level agreements and achievement of performance objectives tied to award fees. Transparency is generally maintained through contract award databases and reporting requirements, though detailed performance reviews are often internal.
Related Government Programs
- Federal Buildings and Facilities Maintenance
- Government Operations Support Services
- Janitorial and Cleaning Services
- Helpdesk and IT Support Services
- Archival and Records Management Services
Risk Flags
- Cost-Plus Award Fee structure requires careful monitoring to ensure cost control.
- Performance metrics for award fee determination are not publicly detailed.
- Potential for contractor performance variability exists within CPAF contracts.
Tags
facilities-support-services, nasa, district-of-columbia, definitive-contract, cost-plus-award-fee, full-and-open-competition, facilities-management, janitorial-services, helpdesk-services, archival-services, large-contract, service-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $19.8 million to WORLD TECHNICAL SERVICES, INC.. HEADQUARTERS LIBRARY, OPERATIONS SERVICES, MAIL CENTER OPERATIONS SERVICES, JANITORIAL SERVICES, HELPDESK SERVICES, AND ARCHIVAL SERVICE
Who is the contractor on this award?
The obligated recipient is WORLD TECHNICAL SERVICES, 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 $19.8 million.
What is the period of performance?
Start: 2007-03-01. End: 2012-02-29.
What was the total amount paid to World Technical Services, Inc. under this contract, including all award fees?
The provided data indicates an award amount of $19,776,563.25. This figure represents the total value obligated at the time of award or over the contract's life, encompassing both base costs and potential award fees. However, without access to the contract's performance history and the specific award fee payouts determined by NASA, the exact final amount paid, including all earned award fees, cannot be precisely determined from this summary data. The 'br' value of 10831 likely represents the base contract value before any potential award fee adjustments.
How did the pricing of this contract compare to similar facilities support services contracts awarded by other federal agencies during the same period?
A direct comparison of pricing for this $19.7 million, five-year facilities support contract with similar contracts is challenging without a detailed benchmark analysis. Factors such as the specific scope of services (janitorial, helpdesk, archival), geographic location (District of Columbia), contract type (Cost Plus Award Fee), and performance requirements significantly influence pricing. Generally, Cost Plus Award Fee contracts can be more expensive than fixed-price contracts if performance targets are consistently met or exceeded, as they include incentive fees. However, the 'full and open competition' aspect suggests competitive pricing was sought. A thorough comparison would require analyzing contracts with identical or highly similar service scopes, durations, and performance metrics across agencies.
What were the key performance indicators (KPIs) used to determine the award fees for World Technical Services, Inc.?
The specific Key Performance Indicators (KPIs) used to determine award fees for this contract are not detailed in the provided summary data. Typically, for facilities support services, KPIs might include response times for helpdesk tickets, cleanliness standards in janitorial services, building system uptime, energy efficiency targets, and successful archival retrieval rates. The Cost Plus Award Fee (CPAF) structure implies that NASA established specific performance objectives, and the contractor's achievement against these objectives would dictate the amount of award fee earned. These details would be outlined in the contract's Performance Work Statement (PWS) and the award fee plan.
What is the track record of World Technical Services, Inc. in performing similar federal contracts, particularly in facilities support?
World Technical Services, Inc. has a history of performing federal contracts, including those related to facilities support. While the provided data confirms their award for this NASA contract, a comprehensive assessment of their track record would require examining their past performance evaluations on similar contracts across various agencies. This would involve looking at past performance ratings, any documented instances of contract disputes or terminations, and their success in meeting performance requirements and award fee criteria on previous engagements. Their ability to secure this significant NASA contract suggests a level of competence and experience deemed satisfactory by the agency.
How has NASA's spending on facilities support services evolved over time, and does this contract represent a significant shift?
Analyzing NASA's spending evolution on facilities support services requires historical data beyond this single contract award. This $19.7 million contract, awarded in 2007 and ending in 2012, represents a specific investment during that period. To understand shifts, one would need to examine total NASA spending on facilities support across multiple fiscal years, identify trends in outsourcing versus in-house management, and note changes in contract types or service scopes. This contract, procured through full and open competition with a CPAF structure, reflects a common approach to managing large-scale support services. Without broader historical context, it's difficult to ascertain if this contract signifies a major shift or aligns with established spending patterns.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Parent Company: Arctic Slope Regional Corporation
Address: 6303 IVY LN STE 130, GREENBELT, MD, 20770
Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Other Minority Owned Business, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $19,865,754
Exercised Options: $19,865,754
Current Obligation: $19,776,563
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Timeline
Start Date: 2007-03-01
Current End Date: 2012-02-29
Potential End Date: 2012-02-29 00:00:00
Last Modified: 2022-10-04
More Contracts from World Technical Services, Inc.
- 200411!000589!2100!w9124l!aca, Fort Sill !W9124L04C0005 !A!N! !Y! ! !20040729!20040930!194163481!194163481!076637073!n!field Support Services, Inc !3900 C Street, Suite 803 !anchorage !ak!99503!27300!031!40!fort Sill !comanche !oklahoma !+000000201488!n!n!000000000000!r706!logistics Support Services !S1 !services !000 !* !561210!E! !3! ! ! ! ! !99990909!B! ! !n!z!b!u!r!1!001!n!5a!c!y!z! ! !n!a!n!n!e! ! ! !D!A!00 !A!B!N! ! ! !Y! !W804A6!0001! ! — $102.5M (Department of Defense)
- Federal Contract — $88.1M (Department of Defense)
- 200612!009690!2100!w56hzv!tacom - Warren !w56hzv06c0406 !A!N! !Y! ! !20060928!20140930!194163481!194163481!076637073!n!field Support Services, Inc !3900 C ST STE 803 !anchorage !ak!99503!03000!020!02!anchorage !anchorage !alaska !+000001564583!n!n!000000000000!az11!rdte/Other Research&development-Basic Research !a4a!combat Vehicles !000 !NOT Discernable !541710!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!u!2!001!k! !A!Y!Z! ! !n!a!n!n!e! ! ! !d!a!000!a!b!n! ! ! ! ! ! !0001! ! — $74.5M (Department of Defense)
- Support Services — $57.2M (Department of Homeland Security)
- 200406!000285!5700!QA29 !6 Cons/Lgc !FA481404C0010 !A!N! !N! ! !20040213!20050331!194163481!194163481!076637073!n!field Support Services, Inc !3900 C Street, Suite 803 !anchorage !ak!99503!02762!055!12!avon Park AF Range !highlands !florida !+000002049857!n!n!000002049857!r499!other Professional Services !S1 !services !000 !* !561210!E! !3! ! ! ! ! !99990909!B! ! !n!z!b!n!j!1!001!n!5a!z!n!z! ! !n!a!n!n!e! ! ! !D!A!00 !A!B!N! ! ! ! ! ! !0001! ! — $14.8M (Department of Defense)
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 →