NASA's $23.5M electronic handbook contract with REI SYSTEMS, INC. awarded via sole-source procurement
Contract Overview
Contract Amount: $23,518,619 ($23.5M)
Contractor: REI Systems, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2011-04-01
End Date: 2016-10-06
Contract Duration: 2,015 days
Daily Burn Rate: $11.7K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: NASA SBIR/STTR ELECTRONIC HANDBOOK
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $23.5 million to REI SYSTEMS, INC. for work described as: NASA SBIR/STTR ELECTRONIC HANDBOOK Key points: 1. Contract awarded on a firm-fixed-price basis, indicating a defined scope and cost. 2. The contract duration spanned over five years, suggesting a long-term need for the service. 3. Sole-source award implies limited competition, potentially impacting price negotiation. 4. The contract falls under the Software Publishers NAICS code, aligning with IT services. 5. The award was made to a single contractor, REI SYSTEMS, INC. 6. The contract value of $23.5M over five years averages to approximately $4.7M annually.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without specific details on the services provided by the electronic handbook. However, the annual average of $4.7M for a five-year contract of this nature suggests a moderate investment. Comparing it to similar IT service contracts for large federal agencies would provide a clearer picture of its value for money. The firm-fixed-price structure offers cost certainty but may not reflect the most competitive pricing if competition was limited.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning that NASA did not conduct a competitive bidding process. This typically occurs when a specific contractor possesses unique capabilities or when only one source is deemed capable of meeting the agency's requirements. The lack of competition means that price discovery through market forces was absent, and the negotiated price is the primary determinant of value.
Taxpayer Impact: For taxpayers, a sole-source award means that the government did not benefit from the potential cost savings that can arise from a competitive bidding process. This could result in a higher overall cost compared to a scenario with multiple bidders vying for the contract.
Public Impact
NASA personnel benefit from an electronic system for managing handbooks and related documentation. The contract supports the operational efficiency of NASA's administrative and technical functions. The geographic impact is likely agency-wide, supporting all NASA centers and facilities. Workforce implications include the need for IT support and system maintenance personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may have led to a higher price than a competed contract.
- Sole-source awards can limit innovation by not exposing the agency to alternative solutions.
- Transparency in the sole-source justification process is crucial for public trust.
Positive Signals
- The firm-fixed-price contract provides budget certainty for NASA.
- A five-year contract duration indicates a stable and ongoing need for the service.
- The contract was awarded to REI SYSTEMS, INC., a known entity in government IT services.
Sector Analysis
The Information Technology sector, specifically software publishing and IT services, is a significant area of federal spending. This contract for an electronic handbook system fits within the broader category of enterprise software solutions and digital document management. Comparable spending benchmarks in this sector often involve large-scale IT infrastructure, software development, and system integration projects, with contract values varying widely based on scope and complexity.
Small Business Impact
There is no indication from the provided data that this contract involved small business set-asides or subcontracting opportunities. As a sole-source award, it is less likely to have been structured to specifically benefit small businesses. Further analysis would be needed to determine if REI SYSTEMS, INC. has a history of subcontracting with small businesses on its federal contracts.
Oversight & Accountability
Oversight for this contract would typically be managed by NASA's contracting officers and program managers. Accountability measures would be defined in the contract terms and conditions, focusing on performance and delivery. Transparency in sole-source procurements relies heavily on the agency's justification for not competing the award and the public availability of contract award data. Inspector General jurisdiction would apply to any allegations of fraud, waste, or abuse related to the contract.
Related Government Programs
- NASA IT Services Contracts
- Federal Software Publishing Contracts
- Electronic Document Management Systems
- NASA Administrative Support Contracts
Risk Flags
- Sole-source award limits competition.
- Potential for higher costs due to lack of competition.
- Transparency of sole-source justification is key.
Tags
nasa, it-services, software-publishing, sole-source, firm-fixed-price, definitive-contract, information-technology, sbir-sttr, rei-systems-inc, mississippi, large-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $23.5 million to REI SYSTEMS, INC.. NASA SBIR/STTR ELECTRONIC HANDBOOK
Who is the contractor on this award?
The obligated recipient is REI SYSTEMS, 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 $23.5 million.
What is the period of performance?
Start: 2011-04-01. End: 2016-10-06.
What specific functionalities did the NASA SBIR/STTR Electronic Handbook provide, and how did these functionalities contribute to NASA's mission objectives?
The NASA SBIR/STTR Electronic Handbook likely served as a centralized digital repository and management system for Small Business Innovation Research (SBIR) and Small Business Technology Transfer (STTR) program information. This would include managing grant applications, progress reports, final reports, intellectual property disclosures, and other critical documentation generated by participants in these programs. Its contribution to NASA's mission objectives would be in streamlining the administration of these crucial R&D funding programs, facilitating efficient review processes, ensuring compliance, and enabling better tracking of technological advancements and commercialization efforts stemming from SBIR/STTR awards. The system's effectiveness would be measured by its ability to reduce administrative burden, improve data accessibility for program managers, and support the overall goals of fostering innovation and technology transfer.
How does the $23.5 million contract value compare to other federal contracts for similar electronic document management or information systems?
Comparing the $23.5 million contract value for NASA's SBIR/STTR Electronic Handbook requires context regarding its scope, duration, and the specific functionalities offered. Over its five-year period (2011-2016), this represents an average annual expenditure of approximately $4.7 million. Federal contracts for enterprise-level document management systems or specialized information portals can range significantly. For instance, large-scale enterprise resource planning (ERP) implementations or agency-wide content management systems can cost tens or hundreds of millions of dollars. However, a system focused specifically on the SBIR/STTR program, while critical, might be considered a more specialized application. Without detailed service level agreements and feature sets, a direct comparison is difficult. However, for a dedicated, long-term system supporting a significant federal program, this value appears within a reasonable range for specialized IT services, though the lack of competition warrants scrutiny regarding potential cost efficiencies.
What were the primary justifications for awarding this contract on a sole-source basis to REI SYSTEMS, INC.?
The primary justifications for awarding this contract on a sole-source basis typically revolve around unique capabilities, proprietary technology, or a lack of readily available alternatives in the market that could meet NASA's specific requirements for the SBIR/STTR Electronic Handbook. Agencies often cite that the incumbent contractor possesses specialized knowledge of the existing system, its architecture, and the unique workflows associated with the program it supports, making a transition to a new vendor prohibitively expensive or disruptive. Another common justification is that the contractor's solution is the only one that meets stringent technical requirements or integrates seamlessly with existing NASA IT infrastructure. Without the specific justification document (e.g., a Justification for Other Than Full and Open Competition - JOFOC), it's presumed that NASA determined that REI SYSTEMS, INC. was the only responsible source capable of providing the required services and that the use of competitive procedures would have had an unacceptable delay or negative impact on the agency's ability to meet its needs.
What is REI SYSTEMS, INC.'s track record with federal contracts, particularly with NASA, prior to and during this contract period?
REI SYSTEMS, INC. has a history of securing federal contracts, including those with NASA and other agencies, primarily in the realm of IT solutions, software development, and system integration. Prior to this $23.5 million contract, the company likely had established itself as a capable provider of such services. During the 2011-2016 period of this specific contract, REI SYSTEMS, INC. would have been expected to deliver on the agreed-upon functionalities of the electronic handbook, meeting performance metrics and reporting requirements. A review of their contract history would reveal the types of awards they received (competitive vs. sole-source), their performance ratings (if publicly available), and the overall value of contracts held. Their continued success in securing federal work suggests a generally positive track record, though specific performance details for any given contract would require deeper investigation into contract close-out reports or performance evaluations.
Were there any performance issues or contract modifications associated with this $23.5 million contract during its five-year duration?
Information regarding specific performance issues or contract modifications for this particular contract (NASA SBIR/STTR Electronic Handbook with REI SYSTEMS, INC., 2011-2016) is not detailed in the provided summary data. Typically, federal contracts, especially those spanning several years, may undergo modifications to adjust scope, funding, or timelines based on evolving requirements or unforeseen circumstances. Performance issues, if significant, might be reflected in contract termination, reduced funding, or negative performance reviews. Conversely, a contract that proceeds to completion without major disputes or terminations often indicates satisfactory performance. To ascertain the presence of performance issues or modifications, one would need to consult the contract's official file, including modification logs, performance reports, and any associated dispute resolution records maintained by NASA.
What was the historical spending trend for NASA's SBIR/STTR program management IT systems before and after this contract?
Analyzing the historical spending trend for NASA's SBIR/STTR program management IT systems before and after the 2011-2016 contract with REI SYSTEMS, INC. would provide valuable context. Before this contract, NASA likely utilized different systems or processes, potentially involving less integrated solutions or older technologies, with corresponding spending levels. After this contract concluded in 2016, NASA would have either re-competed the requirement, extended the contract, or transitioned to a new system. Each of these scenarios would have different spending implications. A re-competition could lead to a new contract value based on current market rates and competition. A transition to a new system might involve upfront investment costs. Understanding these preceding and subsequent spending patterns is crucial for assessing the long-term investment in this IT capability and whether the $23.5 million represented a significant increase or a continuation of established spending levels for such systems.
Industry Classification
NAICS: Information › Software Publishers › Software Publishers
Product/Service Code: RESEARCH AND DEVELOPMENT › DEFENSE (OTHER) R&D
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: NNX11AA07R
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 14325 WILLARD RD STE 200, CHANTILLY, VA, 20151
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Not Designated a Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $33,240,909
Exercised Options: $24,921,469
Current Obligation: $23,518,619
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2011-04-01
Current End Date: 2016-10-06
Potential End Date: 2016-10-06 00:00:00
Last Modified: 2017-09-14
More Contracts from REI Systems, Inc.
- Send P.O. to Vanessa Cannady, Room 10-05 — $91.5M (Department of Health and Human Services)
- Enterprise Software Verification Validation SV&V Quality Assurance QA Testing Services — $80.7M (General Services Administration)
- Electronic Handbook O&M — $54.0M (Department of Health and Human Services)
- Integrated Award Environment / System for Award Management (sam.gov) Information Technology Development, Operations, and Maintenance — $52.5M (General Services Administration)
- ORA Imports Sirce ALM OCI Admin DME PM and OM — $48.1M (Department of Health and Human Services)
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 →