NASA's $60M contract for NSSC NexGen support services awarded to General Dynamics IT
Contract Overview
Contract Amount: $60,150,106 ($60.2M)
Contractor: General Dynamics Information Technology, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2015-10-01
End Date: 2017-09-30
Contract Duration: 730 days
Daily Burn Rate: $82.4K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::CL::IGF THIS CONTRACT PROVIDES SUPPORT SERVICES FOR THE NSSC NEXGEN CONTRACT. THIS CONTRACT INCLUDES TRANSACTIONAL SERVICES AND LEVEL-OF-EFFORTS SERVICES.
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $60.2 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC. for work described as: IGF::CL::IGF THIS CONTRACT PROVIDES SUPPORT SERVICES FOR THE NSSC NEXGEN CONTRACT. THIS CONTRACT INCLUDES TRANSACTIONAL SERVICES AND LEVEL-OF-EFFORTS SERVICES. Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract covers transactional and level-of-effort services, indicating a broad scope of support. 3. A duration of 730 days (2 years) provides a defined period for service delivery. 4. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 5. The primary agency and servicing agency are both NASA, indicating internal government support. 6. The North American Industry Classification System (NAICS) code 561110 points to Office Administrative Services. 7. The contract was awarded as a Delivery Order, suggesting it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without specific performance metrics or comparable contract data. The firm fixed-price structure is generally favorable for cost control. However, the absence of detailed performance data or comparisons to similar services makes a definitive value assessment difficult. The provided data does not offer enough context to determine if the $60.15 million represents excellent value for the services rendered.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a full and open competition, indicating that all responsible sources were permitted to submit bids. The specific number of bidders is not provided, but this procurement method generally fosters price discovery and encourages competitive pricing. The open nature of the competition suggests that NASA sought the best value through a broad solicitation process.
Taxpayer Impact: A full and open competition is generally beneficial for taxpayers as it aims to secure the most competitive pricing and best overall value by allowing a wide range of potential contractors to participate.
Public Impact
The National Spaceflight Operations Center (NSSC) benefits from essential support services, ensuring operational continuity. Transactional and level-of-effort services are delivered, supporting various administrative and operational functions within NASA. The geographic impact is primarily within NASA facilities, supporting its mission-critical operations. Workforce implications include the personnel employed by General Dynamics Information Technology to fulfill the contract requirements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics makes it difficult to assess the effectiveness and efficiency of the services provided.
- The broad nature of 'support services' could lead to scope creep if not managed tightly.
- Reliance on a single contractor for critical support functions may pose a risk if the contractor underperforms or faces financial instability.
Positive Signals
- Awarded through full and open competition, suggesting a competitive process that likely yielded favorable pricing.
- Firm Fixed Price contract type shifts cost overrun risk to the contractor.
- The contract duration of two years provides a stable period for service delivery and planning.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically focusing on administrative and support services. The market for such services is vast, with numerous companies capable of providing office administrative support. NASA's spending in this area is consistent with the operational needs of a large federal agency requiring extensive administrative and transactional processing capabilities. Comparable spending benchmarks would typically involve analyzing other large federal agencies' procurements for similar office support services.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a small business set-aside. The prime contractor, General Dynamics Information Technology, is a large business, and any subcontracting would likely be at their discretion.
Oversight & Accountability
Oversight for this contract would typically be managed by NASA's contracting officers and program managers. Accountability measures are inherent in the contract's firm fixed-price structure and defined service levels. Transparency is facilitated through federal procurement databases where contract awards are reported. The Inspector General's office for NASA would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- NASA Administrative Support Contracts
- Federal Office Administrative Services
- IT Support Services
- Transactional Services Contracts
- Level-of-Effort Service Contracts
Risk Flags
- Potential for scope creep due to 'level-of-effort' services.
- Lack of detailed performance metrics in provided data.
- Contractor performance risk without specific past performance data.
Tags
nasa, general-dynamics-information-technology, office-administrative-services, full-and-open-competition, firm-fixed-price, delivery-order, it-support, mississippi, federal-contract, support-services
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $60.2 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC.. IGF::CL::IGF THIS CONTRACT PROVIDES SUPPORT SERVICES FOR THE NSSC NEXGEN CONTRACT. THIS CONTRACT INCLUDES TRANSACTIONAL SERVICES AND LEVEL-OF-EFFORTS SERVICES.
Who is the contractor on this award?
The obligated recipient is GENERAL DYNAMICS INFORMATION TECHNOLOGY, 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 $60.2 million.
What is the period of performance?
Start: 2015-10-01. End: 2017-09-30.
What is the track record of General Dynamics Information Technology (GDIT) in performing similar support services for federal agencies, particularly NASA?
General Dynamics Information Technology (GDIT) has a substantial track record of providing a wide range of IT and professional services to various federal agencies, including NASA. They are a major government contractor with extensive experience in areas such as cloud computing, cybersecurity, data analytics, and mission support. For NASA specifically, GDIT has held numerous contracts supporting spaceflight operations, research, and administrative functions. Their performance on past contracts, while generally robust, can vary. A detailed review of their past performance ratings, any past performance issues, and the specific nature of previous NASA contracts would be necessary for a comprehensive assessment. However, their established presence and broad capabilities suggest a capacity to handle complex support service requirements like those outlined in this contract.
How does the $60.15 million contract value compare to similar office administrative services contracts awarded by NASA or other federal agencies?
Comparing the $60.15 million value requires context regarding the scope, duration, and specific services included. This contract spans two years (730 days) and covers transactional and level-of-effort services for the NSSC NexGen program. Without detailed service level agreements and performance metrics, a direct comparison is difficult. However, for large federal agencies like NASA, multi-million dollar contracts for comprehensive administrative and operational support are common. For instance, other agencies procure similar services for functions like financial management, human resources, and facility operations, often in the tens to hundreds of millions of dollars over several years. The firm fixed-price nature suggests a defined scope, and the value should be assessed against the criticality and complexity of the NSSC NexGen support functions.
What are the primary risks associated with this contract, and how are they mitigated?
Primary risks include potential underperformance by the contractor, scope creep, and over-reliance on a single vendor. Underperformance could impact NASA's operational continuity. Scope creep might occur if the 'transactional' and 'level-of-effort' services are not clearly defined and managed, potentially leading to cost overruns (though mitigated by the FFP structure). Over-reliance poses a risk if GDIT faces financial instability or strategic shifts. Mitigation strategies typically involve robust contract management by NASA, including performance monitoring, clear definition of deliverables, regular progress reviews, and adherence to the firm fixed-price terms which place cost risk on GDIT. NASA's established procurement and oversight processes are designed to manage these risks.
How effective is the firm fixed-price (FFP) contract type in ensuring value for money for this specific NASA contract?
The Firm Fixed-Price (FFP) contract type is generally considered effective for ensuring value for money when the scope of work is well-defined and understood, as it shifts the risk of cost overruns to the contractor. For this NASA contract, which involves transactional and level-of-effort services, the FFP structure incentivizes GDIT to perform efficiently and control costs to maintain profitability. This benefits taxpayers by establishing a ceiling on expenditures. However, the effectiveness hinges on the clarity of the SOW; if requirements are ambiguous, it could lead to disputes or a contractor cutting corners on quality to meet the fixed price. Assuming NASA has clearly defined the required services, FFP is a strong mechanism for cost control and predictable spending.
What is the historical spending pattern for NSSC NexGen support services or similar administrative functions within NASA?
Analyzing historical spending patterns for NSSC NexGen support services specifically would require access to NASA's detailed procurement data beyond this single award. However, general trends in federal IT and administrative support spending indicate a consistent need for such services across large agencies. NASA, like other major federal entities, relies heavily on contractors for a wide array of support functions to maintain operations and pursue its complex missions. Spending in this category typically fluctuates based on agency priorities, budget allocations, and the lifecycle of major programs. The $60.15 million awarded over two years represents a significant but not necessarily anomalous investment for critical agency support, reflecting ongoing operational requirements.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Office Administrative Services › Office Administrative Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT 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: General Dynamics Corp (UEI: 001381284)
Address: 310 THE BRIDGE ST, HUNTSVILLE, AL, 35806
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $60,150,106
Exercised Options: $60,150,106
Current Obligation: $60,150,106
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: NNX16MA01B
IDV Type: IDC
Timeline
Start Date: 2015-10-01
Current End Date: 2017-09-30
Potential End Date: 2017-09-30 00:00:00
Last Modified: 2021-12-17
More Contracts from General Dynamics Information Technology, Inc.
- Global Security Engineering&supply Chain Services — $1.5B (Department of State)
- THE Purpose of This Action IS to Establish a NEW Contract With General Dynamics Information Technology for Global Supply Chain Management, Logistics and Technology Development Services to Support the Department of State. the Initial Funding Associated With This Contract IS $22,304,578.00. the Overall Contract Value IS $2,200,000,000.00 — $1.2B (Department of State)
- Cloud Products&tools (CPT) — $902.0M (Department of Health and Human Services)
- Beneficiary Contact Center Operations — $879.1M (Department of Health and Human Services)
- Award of Task Order 47qfca210051-Nawcad Wolf Ship and AIR C5isr Systems Support — $832.3M (General Services Administration)
View all General Dynamics Information Technology, Inc. federal contracts →
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 →