NASA Awards $32.5M Facilities Support Services Task Order to Amentum Services, Inc
Contract Overview
Contract Amount: $32,495,248 ($32.5M)
Contractor: Amentum Services, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2012-09-01
End Date: 2018-01-31
Contract Duration: 1,978 days
Daily Burn Rate: $16.4K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: OPTION 4 TASK ORDER FOR FACILITIES WORK ORDERS - COSS URS
Place of Performance
Location: HUNTSVILLE, MADISON County, ALABAMA, 35812
State: Alabama Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $32.5 million to AMENTUM SERVICES, INC. for work described as: OPTION 4 TASK ORDER FOR FACILITIES WORK ORDERS - COSS URS Key points: 1. Contract Value: $32.5 million over approximately 5.5 years. 2. Competition: Awarded under full and open competition. 3. Risk: Firm Fixed Price contract type generally mitigates cost overrun risk. 4. Sector: Facilities Support Services, a common area for government contracting.
Value Assessment
Rating: good
The contract value of $32.5 million for facilities support services over 5.5 years appears reasonable. Benchmarking against similar large-scale facilities management contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Awarded under full and open competition, this method typically fosters competitive pricing and ensures the government receives the best value. The pricing discovery process is robust in such scenarios.
Taxpayer Impact: The competitive nature of the award suggests taxpayers are likely receiving fair market value for the services rendered.
Public Impact
Ensures continued operation and maintenance of NASA facilities. Supports NASA's mission by providing essential infrastructure services. Potential for job creation in Alabama where the contractor is located.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Full and open competition
- Firm Fixed Price contract
Sector Analysis
Facilities Support Services (NAICS 561210) encompass a broad range of services for maintaining and operating buildings and infrastructure. Government spending in this sector is substantial and consistent.
Small Business Impact
The data indicates this contract was not set aside for small businesses and the contractor, Amentum Services, Inc., is a large business. There is no indication of small business subcontracting in the provided data.
Oversight & Accountability
The award was made by NASA, a federal agency with established oversight mechanisms. Further review of contract performance reports and audits would be necessary to assess specific oversight effectiveness.
Related Government Programs
- Facilities Support Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Lack of detailed service scope
- No small business subcontracting noted
- Contract duration is substantial (5.5 years)
Tags
facilities-support-services, national-aeronautics-and-space-administr, al, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $32.5 million to AMENTUM SERVICES, INC.. OPTION 4 TASK ORDER FOR FACILITIES WORK ORDERS - COSS URS
Who is the contractor on this award?
The obligated recipient is AMENTUM 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 $32.5 million.
What is the period of performance?
Start: 2012-09-01. End: 2018-01-31.
What specific facilities support services are included in this task order?
The provided data identifies the contract as 'OPTION 4 TASK ORDER FOR FACILITIES WORK ORDERS - COSS URS' and the NAICS code as 561210 (Facilities Support Services). This typically includes a range of services such as maintenance, repair, custodial, groundskeeping, and potentially specialized technical support for government facilities.
What is the historical performance of Amentum Services, Inc. with NASA or similar agencies?
Assessing Amentum Services, Inc.'s past performance is crucial for understanding their reliability and capability. Reviewing past contract awards, performance evaluations (e.g., CPARS), and any documented issues or commendations would provide insight into their track record and suitability for this task order.
How does the firm fixed price impact potential cost savings or overruns for this contract?
A Firm Fixed Price (FFP) contract shifts the risk of cost overruns to the contractor. While this can protect the government from unexpected price increases, it may also lead to the contractor incorporating higher contingency into their bid, potentially resulting in a higher initial price compared to cost-reimbursement contracts.
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
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Amentum Government Services Holdings LLC (UEI: 117548597)
Address: 20501 SENECA MEADOWS PKWY STE 300, GERMANTOWN, MD, 20876
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $44,414,688
Exercised Options: $32,495,248
Current Obligation: $32,495,248
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: NNM08AA54C
IDV Type: IDC
Timeline
Start Date: 2012-09-01
Current End Date: 2018-01-31
Potential End Date: 2018-01-31 00:00:00
Last Modified: 2022-02-18
More Contracts from Amentum Services, Inc.
- Logcap IV Services in Afghanistan — $7.4B (Department of Defense)
- KSC Institutional Services Contract (ISC) — $1.3B (National Aeronautics and Space Administration)
- Enhanced Army Global Logistics Enterprise (eagle) - Army Prepositioned Stock (APS)-5 Kuwait/Qatar, Logistics Support Services, Including Maintenance, Supply, and Transportation — $1.3B (Department of Defense)
- Federal Contract — $1.2B (Department of Defense)
- Contract Award for Contractor Logistics Support (CLS), Also Referred to AS Life Cycle Services, for the Government-Owned Fixed Wing Fleets Performing Transport Aircraft (TA) Missions, Currently Compromised of Small Weight Class Aircraft Models, Using Full and Open Competitive, Best Value Procedures With Formal Source Selection — $962.3M (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 →