NASA's $23.6M LAMPS Contract Awarded to GenTech Partners for Administrative, Media, and Professional Services
Contract Overview
Contract Amount: $23,579,402 ($23.6M)
Contractor: Gentech Partners Joint Venture
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2012-09-01
End Date: 2018-05-31
Contract Duration: 2,098 days
Daily Burn Rate: $11.2K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::CL::IGF CLOSELY ASSOCIATED", LANGLEY ADMINISTRATIVE, MEDIA, AND PROFESSIONAL SERVICES (LAMPS) CONTRACT.ID/IQ FIRM FIXED PRICE TASK ORDERS W/MINIMAL OTHER DIRECT COST (ODC) AS COST REIMBURSABLE NOT TO EXCEED. APPROXIMATELY: 1/3 ADMINISTRATIVE, 1/3 MEDIA AND 1/3 PROFESSIONAL SERVICES LAMPS TO FOR ADMINISTRATIVE SUPPORT SERVICES
Place of Performance
Location: HAMPTON, HAMPTON CITY County, VIRGINIA, 23681
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $23.6 million to GENTECH PARTNERS JOINT VENTURE for work described as: IGF::CL::IGF CLOSELY ASSOCIATED", LANGLEY ADMINISTRATIVE, MEDIA, AND PROFESSIONAL SERVICES (LAMPS) CONTRACT.ID/IQ FIRM FIXED PRICE TASK ORDERS W/MINIMAL OTHER DIRECT COST (ODC) AS COST REIMBURSABLE NOT TO EXCEED. APPROXIMATELY: 1/3 ADMINISTRATIVE, 1/3 MEDIA AND 1/3 PROFESSIONAL S… Key points: 1. Contract awarded to GenTech Partners Joint Venture for a mix of administrative, media, and professional services. 2. The contract utilizes Firm Fixed Price task orders with minimal cost-reimbursable elements. 3. Competition was full and open after exclusion of sources, suggesting a competitive bidding process. 4. The contract duration was substantial, spanning from September 2012 to May 2018.
Value Assessment
Rating: good
The contract is firm fixed price for the majority of its value, which is generally favorable for the government. The minimal use of cost-reimbursable orders for incidental costs suggests a well-defined scope and good pricing control.
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.' This indicates that while multiple sources were considered, some were excluded, potentially impacting the breadth of competition and price discovery.
Taxpayer Impact: The use of full and open competition generally leads to better pricing for taxpayers by encouraging multiple bidders. The specific exclusion of sources warrants further review to ensure maximum value.
Public Impact
Provides essential administrative, media, and professional support services to NASA. Supports agency operations through a long-term contract vehicle. The contract's structure aims for cost predictability through firm fixed-price task orders.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential impact of 'exclusion of sources' on competition.
- Lack of detailed breakdown for administrative, media, and professional services cost allocation.
Positive Signals
- Firm Fixed Price task orders for cost control.
- Full and open competition mechanism utilized.
Sector Analysis
This contract falls under administrative management and general management consulting services. Spending in this sector can vary widely based on agency needs, but firm fixed-price contracts are a common and effective method for procuring such services.
Small Business Impact
The data indicates that this contract was not awarded to a small business (ss: false, sb: false). Therefore, there is no direct small business participation or benefit from this specific award.
Oversight & Accountability
The contract's duration and fixed-price nature suggest a degree of oversight in defining scope and deliverables. However, the 'exclusion of sources' clause requires scrutiny to ensure fair competition and prevent potential impropriety.
Related Government Programs
- Administrative Management and General Management Consulting Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for reduced competition due to source exclusion.
- Lack of detailed cost breakdown by service type.
- Long contract duration may not always align with rapidly changing service needs.
- No small business participation indicated.
Tags
administrative-management-and-general-ma, national-aeronautics-and-space-administr, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $23.6 million to GENTECH PARTNERS JOINT VENTURE. IGF::CL::IGF CLOSELY ASSOCIATED", LANGLEY ADMINISTRATIVE, MEDIA, AND PROFESSIONAL SERVICES (LAMPS) CONTRACT.ID/IQ FIRM FIXED PRICE TASK ORDERS W/MINIMAL OTHER DIRECT COST (ODC) AS COST REIMBURSABLE NOT TO EXCEED. APPROXIMATELY: 1/3 ADMINISTRATIVE, 1/3 MEDIA AND 1/3 PROFESSIONAL SERVICES LAMPS TO FOR ADMINISTRATIVE SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is GENTECH PARTNERS JOINT VENTURE.
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 $23.6 million.
What is the period of performance?
Start: 2012-09-01. End: 2018-05-31.
What was the rationale for excluding specific sources in the 'full and open competition after exclusion of sources' award method, and did this exclusion limit competitive pricing?
The rationale for excluding sources typically involves specific technical requirements, past performance, or other criteria outlined in the solicitation. While intended to ensure best value, such exclusions can sometimes limit the number of bidders, potentially impacting the competitiveness of the final price. A review of the solicitation and award decision documentation would clarify the specific reasons and their effect on pricing.
How were the costs allocated between administrative, media, and professional services within the contract, and does this allocation reflect fair market value for each service category?
The contract description mentions that approximately one-third of the contract value is allocated to each service category (administrative, media, and professional services). Without a detailed cost breakdown or benchmark data for each specific service, it is difficult to definitively assess if the allocation reflects fair market value. Further analysis would require comparing the per-service rates against industry benchmarks.
Given the contract's duration (2012-2018) and the nature of administrative, media, and professional services, were there mechanisms in place to ensure the services remained relevant and effective thro
Long-term contracts for evolving service areas like media and professional services often include provisions for regular reviews, scope adjustments, or performance metrics to ensure continued relevance and effectiveness. The firm fixed-price nature suggests a defined scope, but NASA likely had internal processes for performance monitoring and task order management to adapt to changing needs within the contract's framework.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: ALTERNATIVE SOURCES
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Mantech International Corporation (UEI: 053518312)
Address: 2 EATON STREET SUITE 603, HAMPTON, VA, 23669
Business Categories: Asian Pacific American Owned Business, Category Business, Minority Owned Business, Partnership or Limited Liability Partnership, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $23,629,856
Exercised Options: $23,629,856
Current Obligation: $23,579,402
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $342,512
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: NNL12AA06B
IDV Type: IDC
Timeline
Start Date: 2012-09-01
Current End Date: 2018-05-31
Potential End Date: 2018-05-31 00:00:00
Last Modified: 2019-10-23
More Contracts from Gentech Partners Joint Venture
- Support Services — $27.1M (Department of Defense)
- Closely Associated", Langley Administrative, Media, and Professional Services (lamps) Contract.id/Iq Firm Fixed Price Task Orders W/Minimal Other Direct Cost (ODC) AS Cost Reimbursable NOT to Exceed. Approximately: 1/3 Administrative, 1/3 Media and 1/3 Professional Services Lamps to for Media Services — $23.3M (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 →