NASA's $42M ODIN IT Contract Awarded to Lockheed Martin Amidst Concerns
Contract Overview
Contract Amount: $41,989,087 ($42.0M)
Contractor: Lockheed Martin Corporation
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2004-12-01
End Date: 2007-11-30
Contract Duration: 1,094 days
Daily Burn Rate: $38.4K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 8
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: OUTSOURCING DESKTOP INITIATIVES NASA (ODIN) ORDER 3-IT SUPPLIES AND SERVICES
Place of Performance
Location: LANHAM, PRINCE GEORGES County, MARYLAND, 20706
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $42.0 million to LOCKHEED MARTIN CORPORATION for work described as: OUTSOURCING DESKTOP INITIATIVES NASA (ODIN) ORDER 3-IT SUPPLIES AND SERVICES Key points: 1. Significant contract value of $41.99M for IT supplies and services. 2. Awarded to a single large contractor, Lockheed Martin, raising questions about competition. 3. Potential risks associated with long-term outsourcing of critical IT functions. 4. The IT sector is highly competitive, making this award notable.
Value Assessment
Rating: fair
The contract value of $41.99M appears substantial for IT supplies and services. Benchmarking against similar custom computer programming services contracts is needed to assess if the pricing is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This was a competitive delivery order, suggesting some level of competition existed within a broader contract vehicle. However, the specific details of the competition for this order are not provided, and it was awarded to a single entity.
Taxpayer Impact: Taxpayer funds are being utilized for this significant IT outsourcing initiative. The value for money and efficiency of this contract will determine the ultimate taxpayer impact.
Public Impact
NASA's reliance on external contractors for core IT functions could impact internal expertise. The long duration of the contract (nearly 3 years) suggests a significant commitment of resources. Potential for cost overruns or scope creep in large IT outsourcing contracts.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition for this specific order.
- Potential for vendor lock-in.
- Dependence on a single large contractor.
Positive Signals
- Firm Fixed Price contract type can offer cost certainty.
- Awarded to a reputable large contractor.
Sector Analysis
This contract falls within the custom computer programming services sector, a critical area for government IT operations. Benchmarks for similar services vary widely based on complexity and scope.
Small Business Impact
The data indicates this contract was not awarded to small businesses, as both the 'ss' and 'sb' fields are false. This represents a missed opportunity for small business participation.
Oversight & Accountability
Oversight will be crucial to ensure NASA receives the intended value and that Lockheed Martin meets all contractual obligations. Regular performance reviews and audits are recommended.
Related Government Programs
- Custom Computer Programming Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Lack of transparency on specific competition details.
- Potential for cost overruns despite fixed price.
- Dependency on a single large contractor.
- Limited small business participation.
Tags
custom-computer-programming-services, 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 $42.0 million to LOCKHEED MARTIN CORPORATION. OUTSOURCING DESKTOP INITIATIVES NASA (ODIN) ORDER 3-IT SUPPLIES AND SERVICES
Who is the contractor on this award?
The obligated recipient is LOCKHEED MARTIN CORPORATION.
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 $42.0 million.
What is the period of performance?
Start: 2004-12-01. End: 2007-11-30.
What was the specific competitive process for this delivery order, and were other vendors considered?
The data states 'COMPETITIVE DELIVERY ORDER,' implying multiple bids were solicited. However, without further details on the solicitation and evaluation process, it's unclear if robust competition was achieved or if it was a limited competition among pre-qualified vendors on a larger contract vehicle.
What are the key performance indicators (KPIs) for this contract, and how is Lockheed Martin's performance being measured?
The provided data does not specify the KPIs or performance metrics for this contract. Effective oversight requires clearly defined KPIs related to service delivery, uptime, security, and user satisfaction to ensure NASA receives the expected value and quality of IT services.
What is the long-term strategy for NASA's desktop initiatives, and does this contract align with it?
This contract covers a nearly three-year period, suggesting a significant, albeit not indefinite, commitment to outsourcing. NASA's long-term IT strategy, including plans for in-house capabilities versus continued outsourcing, would determine the strategic alignment and potential future needs beyond this contract's end date.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming 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: 8
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Lockheed Martin Corp (UEI: 834951691)
Address: 700 N FREDERICK AVE LOC B, GAITHERSBURG, MD, 20879
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $42,240,512
Exercised Options: $42,240,512
Current Obligation: $41,989,087
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: NAS598144
IDV Type: IDC
Timeline
Start Date: 2004-12-01
Current End Date: 2007-11-30
Potential End Date: 2007-11-30 00:00:00
Last Modified: 2017-07-07
More Contracts from Lockheed Martin Corporation
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Department of Defense)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Department of Defense)
- THE Purpose of This Modification IS to Award F-35A Lrip 15 Usaf Aircraft* Long Lead Funding — $30.1B (Department of Defense)
- THE Purpose of This Contract IS to Award Long Lead Funding for F-35A, F-35B, and F-35C Aircraft for U.S. Services, Non-Dod Partners, and FMS Customers — $24.5B (Department of Defense)
- Lrip 11 AAC — $12.3B (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 →