NASA's $17M Telecommunications Contract with Marshall Communications Corp. Awarded via Full and Open Competition
Contract Overview
Contract Amount: $17,096,461 ($17.1M)
Contractor: Marshall Communications Corp
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2003-12-23
End Date: 2007-12-31
Contract Duration: 1,469 days
Daily Burn Rate: $11.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TELECOMMUNICATIONS SERVICE FOR NISN
Place of Performance
Location: HUNTSVILLE, MADISON County, ALABAMA, 35812
State: Alabama Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $17.1 million to MARSHALL COMMUNICATIONS CORP for work described as: TELECOMMUNICATIONS SERVICE FOR NISN Key points: 1. Contract Value: $17.1 million over 4 years. 2. Competition: Full and open competition after exclusion of sources. 3. Risk: Low risk indicated by firm fixed price contract. 4. Sector: Telecommunications services for a government agency.
Value Assessment
Rating: good
The contract value of $17.1 million for telecommunications services appears reasonable given the 4-year duration. Benchmarking against similar government telecommunications contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition after exclusion of sources, suggesting a competitive bidding process. This method generally leads to better price discovery and value for the government.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for necessary telecommunications services.
Public Impact
Ensures critical telecommunications infrastructure for NASA operations. Supports agency's mission-critical communication needs. Provides a stable service provider for an extended period.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if services are highly specialized.
- Reliance on a single vendor for critical infrastructure.
Positive Signals
- Competitive award process.
- Firm fixed price contract type.
Sector Analysis
This contract falls within the telecommunications sector, providing essential services to a federal agency. Spending in this sector can vary widely based on agency needs and technological advancements.
Small Business Impact
The data does not indicate whether small businesses were involved in this contract. Further analysis would be needed to determine small business participation.
Oversight & Accountability
The contract was awarded by NASA, a federal agency with established oversight mechanisms. The firm fixed price contract type simplifies oversight of financial performance.
Related Government Programs
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Lack of detailed service description.
- Potential for sole-source justification if competition was limited.
- No indication of small business participation.
- Dependence on a single contractor for critical services.
Tags
national-aeronautics-and-space-administr, al, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $17.1 million to MARSHALL COMMUNICATIONS CORP. TELECOMMUNICATIONS SERVICE FOR NISN
Who is the contractor on this award?
The obligated recipient is MARSHALL COMMUNICATIONS CORP.
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 $17.1 million.
What is the period of performance?
Start: 2003-12-23. End: 2007-12-31.
What specific telecommunications services are included in this contract?
The provided data does not specify the exact nature of the telecommunications services. These could range from network infrastructure, data transmission, voice services, or specialized communication systems required for NASA's unique operational needs.
What was the rationale for excluding certain sources before the full and open competition?
The exclusion of sources prior to full and open competition typically occurs when specific technical requirements or existing infrastructure necessitate a particular vendor's capabilities, or if a previous contract's performance warrants consideration. The justification for this exclusion would be detailed in the contract award documentation.
How does the awarded price compare to the government estimate or benchmark for similar services?
Without the government estimate or specific benchmark data for comparable telecommunications services, a direct price comparison is not possible. However, the firm fixed price contract suggests the government aimed to secure a predictable cost.
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 21525 RIDGETOP CIR, STERLING, VA, 10
Business Categories: Category Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations
Financial Breakdown
Contract Ceiling: $22,481,653
Exercised Options: $22,481,653
Current Obligation: $17,096,461
Parent Contract
Parent Award PIID: GS00T00NSD0010
IDV Type: IDC
Timeline
Start Date: 2003-12-23
Current End Date: 2007-12-31
Potential End Date: 2007-12-31 00:00:00
Last Modified: 2013-03-27
More Contracts from Marshall Communications Corp
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 →