NASA's $22.2M laboratory services contract awarded to AAR, JV, supporting multiple facilities and agencies
Contract Overview
Contract Amount: $22,234,406 ($22.2M)
Contractor: AAR, JV
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2015-05-01
End Date: 2020-11-01
Contract Duration: 2,011 days
Daily Burn Rate: $11.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: R&D
Official Description: IGF::OT::IGF LABORATORY SERVICES AT THE JOHN C. STENNIS SPACE CENTER, MS (SSC) AND MICHOUD ASSEMBLY FACILITY, LA (MAF). THE WORK TO BE PERFORMED UNDER THIS REQUIREMENT INCLUDES ALL NECESSARY MANAGERIAL AND TECHNICAL EXPERTISE TO SUPPORT LABORATORY SERVICES AT NASA/SSC/MAF. THIS REQUIREMENT WILL INCLUDE PROVIDING SERVICES TO NASA, RESIDENT AGENCIES, ON-SITE CONTRACTORS AND ON-SITE COMMERCIAL TENANTS. THE CONTRACTOR SHALL PROVIDE A BROAD RANGE OF LABORATORY SERVICES IN THE FOLLOWING AREAS: METROLOGY AND CALIBRATION; GAS AND MATERIAL SCIENCE; ENVIRONMENTAL SCIENCE; AND GEOGRAPHICAL INFORMATION SERVICES.
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $22.2 million to AAR, JV for work described as: IGF::OT::IGF LABORATORY SERVICES AT THE JOHN C. STENNIS SPACE CENTER, MS (SSC) AND MICHOUD ASSEMBLY FACILITY, LA (MAF). THE WORK TO BE PERFORMED UNDER THIS REQUIREMENT INCLUDES ALL NECESSARY MANAGERIAL AND TECHNICAL EXPERTISE TO SUPPORT LABORATORY SERVICES AT NASA/SSC/MAF. THIS … Key points: 1. Contract provides essential laboratory services across metrology, gas/material science, environmental science, and GIS. 2. Supports NASA, resident agencies, contractors, and commercial tenants, indicating broad utility. 3. Long-term contract duration (2015-2020) suggests a stable, ongoing need for these services. 4. Firm Fixed Price contract type offers cost predictability for the government. 5. The contract was awarded under full and open competition, suggesting a competitive bidding process. 6. Services are critical for research, development, and operational support at key NASA facilities.
Value Assessment
Rating: good
The contract's total value of $22.2 million over approximately five years represents a reasonable investment for comprehensive laboratory support across multiple specialized areas. Benchmarking against similar large-scale laboratory service contracts is challenging without more specific service breakdowns, but the breadth of services and facilities supported suggests a fair price point. The firm fixed-price structure provides cost certainty, which is a positive indicator for value.
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 the solicitation was broadly advertised and multiple bids were likely considered. This competitive approach is generally expected to drive better pricing and service quality. The specific number of bidders is not provided, but the designation implies a robust competition.
Taxpayer Impact: A competitive award process helps ensure that taxpayer funds are used efficiently by fostering a market-driven price for essential laboratory services.
Public Impact
NASA scientists and engineers benefit from access to advanced laboratory capabilities for research and testing. Resident agencies and on-site contractors at Stennis Space Center and Michoud Assembly Facility receive critical support services. Commercial tenants utilizing NASA facilities gain access to specialized laboratory resources. The contract supports critical functions for space exploration, materials research, and environmental monitoring. Workforce implications include the need for skilled technicians and scientists to perform laboratory analyses and support.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if additional services beyond the defined areas are frequently requested.
- Dependence on contractor expertise could pose a risk if key personnel turnover is high.
- Ensuring consistent quality across all laboratory disciplines (metrology, materials, environmental, GIS) requires robust oversight.
Positive Signals
- Firm Fixed Price contract provides budget certainty.
- Full and open competition suggests a strong market offering competitive pricing.
- Long-term nature of the contract indicates a sustained need and potential for stable service delivery.
- Broad scope of services supports diverse operational and research needs.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically focusing on testing laboratories and services. The market for such services is substantial, driven by government agencies, research institutions, and private industry requiring specialized analytical capabilities. NASA's spending in this area is consistent with its mission to conduct research and development, requiring extensive testing and analysis.
Small Business Impact
The contract was awarded to AAR, JV, and there is no explicit indication of small business set-asides or subcontracting plans mentioned in the provided data. The nature of specialized laboratory services might limit direct subcontracting opportunities for small businesses unless they possess niche expertise required by the prime contractor.
Oversight & Accountability
Oversight would typically be managed by NASA contracting officers and technical representatives responsible for ensuring service delivery meets contract requirements. Performance monitoring, quality assurance reviews, and adherence to the firm fixed-price terms are key accountability measures. Transparency is facilitated through contract award databases and reporting requirements.
Related Government Programs
- NASA Research and Technology Development
- NASA Facility Operations Support
- Federal Laboratory Services
- Scientific and Technical Consulting Services
- Metrology and Calibration Services
Risk Flags
- Potential for service disruption if contractor faces financial instability.
- Risk of data integrity issues if quality control measures are insufficient.
- Dependence on specialized contractor personnel could lead to performance gaps if key staff depart.
Tags
nasa, laboratory-services, testing-laboratories, firm-fixed-price, full-and-open-competition, mississippi, louisiana, scientific-research, professional-services, federal-contract, space-exploration, metrology
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $22.2 million to AAR, JV. IGF::OT::IGF LABORATORY SERVICES AT THE JOHN C. STENNIS SPACE CENTER, MS (SSC) AND MICHOUD ASSEMBLY FACILITY, LA (MAF). THE WORK TO BE PERFORMED UNDER THIS REQUIREMENT INCLUDES ALL NECESSARY MANAGERIAL AND TECHNICAL EXPERTISE TO SUPPORT LABORATORY SERVICES AT NASA/SSC/MAF. THIS REQUIREMENT WILL INCLUDE PROVIDING SERVICES TO NASA, RESIDENT AGENCIES, ON-SITE CONTRACTORS AND ON-SITE COMMERCIAL TENANTS. THE CONTRACTOR SHALL PROVIDE A BROAD RANGE OF LABORATORY SERVICES IN THE FOLLOWING AREAS: METROL
Who is the contractor on this award?
The obligated recipient is AAR, JV.
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 $22.2 million.
What is the period of performance?
Start: 2015-05-01. End: 2020-11-01.
What is the historical spending trend for laboratory services at NASA's Stennis Space Center and Michoud Assembly Facility prior to this contract?
Historical spending data prior to this specific contract (2015-2020) for laboratory services at NASA's Stennis Space Center (SSC) and Michoud Assembly Facility (MAF) is not directly available in the provided data. However, the issuance of a significant, multi-year contract like this suggests a consistent and substantial requirement for such services. Agencies like NASA typically have ongoing needs for metrology, materials science, environmental testing, and GIS support, often reflected in multi-year budget allocations for operations and support. Analyzing previous contract vehicles, task orders, or broader facility support contracts awarded to other entities for similar services at these locations would be necessary to establish a precise historical spending trend. Without that granular data, we infer that the $22.2 million awarded reflects a sustained level of investment in these critical laboratory functions.
How does the per-unit cost of specific laboratory services (e.g., calibration, material analysis) under this contract compare to industry benchmarks?
Determining the precise per-unit cost for specific laboratory services under this contract is not feasible with the provided data. The contract is a Firm Fixed Price (FFP) award for a broad range of laboratory services, and the total value of $22.2 million does not break down costs by individual service type (e.g., per calibration, per material analysis). To perform a per-unit cost comparison against industry benchmarks, detailed pricing information for each service line item would be required. This would involve identifying the specific rates charged for metrology services, gas and material science analyses, environmental testing, and GIS data processing. Benchmarking would then involve comparing these rates to published industry surveys, pricing from similar government contracts, or commercial price lists for comparable services. Without this detailed breakdown, a direct per-unit cost assessment is not possible.
What are the key performance indicators (KPIs) used to evaluate the contractor's performance in delivering laboratory services?
The provided data does not explicitly list the Key Performance Indicators (KPIs) used to evaluate AAR, JV's performance under this contract. However, for a contract of this nature, typical KPIs would likely focus on service timeliness, accuracy of results, equipment uptime and calibration status, adherence to safety protocols, and responsiveness to requests from NASA, resident agencies, contractors, and tenants. Performance would also be assessed against the scope of work, ensuring all required laboratory services (metrology, gas/material science, environmental science, GIS) are delivered effectively. NASA's Quality Assurance Surveillance Plan (QASP) would detail specific metrics, acceptable quality levels, and surveillance methods to monitor contractor performance throughout the contract period.
What is the track record of the contractor, AAR, JV, in performing similar large-scale laboratory service contracts for government agencies?
Information regarding the specific track record of AAR, JV in performing similar large-scale laboratory service contracts for government agencies is not detailed in the provided data. AAR is a known entity in aerospace and defense, but its specific experience with comprehensive laboratory services across metrology, materials science, environmental science, and GIS for NASA would need further investigation. Assessing their past performance would involve reviewing contract histories, past performance evaluations (e.g., CPARS reports), and any prior awards for similar scope and scale. Without this specific performance history, it's difficult to definitively gauge their expertise and reliability in this particular domain, although the award itself suggests they met initial qualification criteria.
How has the geographic distribution of laboratory services (SSC and MAF) impacted the contract's complexity and cost?
The geographic distribution of laboratory services across two distinct locations, NASA's John C. Stennis Space Center (SSC) in Mississippi and Michoud Assembly Facility (MAF) in Louisiana, likely adds complexity and potentially cost to the contract. Managing operations, logistics, and personnel across these sites requires coordination and potentially duplication of some resources or travel. The contractor must ensure consistent service quality and availability at both facilities, which may involve site-specific operational plans and potentially higher overhead costs for management and support. However, consolidating these services under a single award could also yield efficiencies compared to separate contracts for each location, particularly in areas like contract administration and overarching quality management. The specific impact on cost would depend on the balance between these factors and the contractor's operational strategy.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Testing Laboratories and Services
Product/Service Code: OPERATION OF GOVT OWNED FACILITY › OPERATE GOVT OWNED BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: NNS15530603R
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Afognak Native Corp (UEI: 052089695)
Address: 360-C QUALITY CIR STE 300, HUNTSVILLE, AL, 35806
Business Categories: Black American Owned Business, Category Business, Economically Disadvantaged Women Owned Small Business, Joint Venture Economically Disadvantaged Women Owned Small Business, Joint Venture Women Owned Small 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, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $22,234,406
Exercised Options: $22,234,406
Current Obligation: $22,234,406
Actual Outlays: $3,843,232
Subaward Activity
Number of Subawards: 93
Total Subaward Amount: $10,082,046
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: NNS15AA53C
IDV Type: IDC
Timeline
Start Date: 2015-05-01
Current End Date: 2020-11-01
Potential End Date: 2020-11-01 00:00:00
Last Modified: 2021-04-21
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 →