NASA awards $61.7M for Research Facilities and Engineering Support, with ASRC Federal System Solutions as prime
Contract Overview
Contract Amount: $61,732,819 ($61.7M)
Contractor: Asrc Federal System Solutions LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2020-11-04
End Date: 2026-07-04
Contract Duration: 2,068 days
Daily Burn Rate: $29.9K/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: RESEARCH FACILITIES AND ENGINEERING SUPPORT SERVICES (RF&ESS)
Place of Performance
Location: BELTSVILLE, PRINCE GEORGES County, MARYLAND, 20705
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $61.7 million to ASRC FEDERAL SYSTEM SOLUTIONS LLC for work described as: RESEARCH FACILITIES AND ENGINEERING SUPPORT SERVICES (RF&ESS) Key points: 1. Contract value of $61.7M over its period of performance. 2. ASRC Federal System Solutions LLC is the prime contractor. 3. The contract is for Research Facilities and Engineering Support Services (RF&ESS). 4. It is a definitive contract with a firm-fixed-price payment structure. 5. The contract duration is approximately 2068 days. 6. The contract was awarded under full and open competition after exclusion of sources. 7. The North American Industry Classification System (NAICS) code is 541513 for Computer Facilities Management Services.
Value Assessment
Rating: good
The contract value of $61.7M for research facilities and engineering support services appears reasonable given the scope and duration. Benchmarking against similar large-scale IT and facilities management contracts within NASA and other federal agencies would provide a more precise value-for-money assessment. The firm-fixed-price structure suggests that cost risks are largely borne by the contractor, which can be beneficial for the government if managed effectively.
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 a competitive process where all responsible sources were permitted to submit offers. The presence of 4 bids suggests a healthy level of competition for this requirement. This competitive environment is generally expected to drive more favorable pricing and service offerings for the government.
Taxpayer Impact: The competitive nature of this award is beneficial for taxpayers, as it likely resulted in a more cost-effective solution compared to a sole-source or limited competition scenario.
Public Impact
This contract supports NASA's critical research facilities and engineering operations. It ensures the continued functioning and development of essential scientific infrastructure. The services provided are vital for ongoing research and development activities within the agency. The contract's impact is primarily on NASA's internal operations and scientific mission. It supports a workforce involved in specialized engineering and facility management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if not managed tightly given the long duration.
- Dependence on a single contractor for critical infrastructure support.
- Ensuring continued innovation and efficiency over the contract's lifespan.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Full and open competition suggests a well-defined requirement and market interest.
- Long-term nature allows for stable support and potential for long-term partnership.
Sector Analysis
This contract falls within the IT and professional services sector, specifically focusing on computer facilities management and engineering support. The federal IT services market is substantial, with agencies like NASA relying heavily on contractors for specialized expertise. This contract represents a significant investment in maintaining and advancing the technological infrastructure necessary for complex scientific research, aligning with broader government trends in outsourcing specialized IT and engineering functions.
Small Business Impact
The data indicates that small business participation was not a primary set-aside component for this specific contract, as the 'ss' (small business set-aside) field is false. Further analysis would be needed to determine if subcontracting opportunities exist for small businesses within the scope of this larger award. Without specific subcontracting plans detailed in the award, the direct impact on the small business ecosystem is limited to potential indirect opportunities.
Oversight & Accountability
Oversight for this contract would typically be managed by NASA's contracting officers and program managers, ensuring adherence to the firm-fixed-price terms and performance requirements. Transparency is generally maintained through contract award databases and reporting. The specific oversight mechanisms would be detailed within the contract itself, including performance metrics and reporting requirements. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- NASA Research and Development Contracts
- Federal IT Services Contracts
- Computer Facilities Management Services
- Engineering Support Services Contracts
- Definitive Contracts
Risk Flags
- Potential for cost overruns for the contractor on a long-term fixed-price contract.
- Risk of technological obsolescence if contract terms do not allow for timely upgrades.
- Ensuring consistent service quality and performance over the entire contract duration.
- Dependency on a single contractor for critical research infrastructure support.
Tags
nasa, it-services, engineering-support, research-facilities, definitive-contract, firm-fixed-price, full-and-open-competition, asrc-federal-system-solutions, computer-facilities-management, maryland, federal-contract, large-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $61.7 million to ASRC FEDERAL SYSTEM SOLUTIONS LLC. RESEARCH FACILITIES AND ENGINEERING SUPPORT SERVICES (RF&ESS)
Who is the contractor on this award?
The obligated recipient is ASRC FEDERAL SYSTEM SOLUTIONS LLC.
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 $61.7 million.
What is the period of performance?
Start: 2020-11-04. End: 2026-07-04.
What is the historical spending pattern for Research Facilities and Engineering Support Services (RF&ESS) at NASA?
Analyzing historical spending for RF&ESS at NASA requires access to detailed procurement data over multiple fiscal years. Typically, such services are crucial for maintaining operational readiness of research infrastructure. Spending can fluctuate based on new facility development, upgrades, or shifts in research priorities. For instance, if NASA is embarking on a new major research initiative requiring significant facility expansion or modernization, spending in this category would likely increase. Conversely, during periods of budget constraints or when existing facilities are nearing the end of their lifecycle and not being replaced, spending might stabilize or decrease. Without specific historical data for this contract's predecessors or similar contracts, it's difficult to provide precise figures, but it's reasonable to assume consistent, significant investment in this area given NASA's mission.
How does the awarded amount of $61.7M compare to similar RF&ESS contracts awarded by NASA or other agencies?
Comparing the $61.7M award requires identifying comparable contracts based on scope, duration, and the specific services provided (e.g., IT infrastructure management, engineering support for research facilities). Large-scale, multi-year contracts for specialized support services within federal agencies often range from tens to hundreds of millions of dollars. For example, contracts supporting major research laboratories or complex IT systems can easily exceed this amount. The firm-fixed-price nature and the 'full and open competition' aspect suggest that the government sought competitive bids to ensure value. A direct comparison would involve looking at contracts with similar NAICS codes (like 541513) and service descriptions from agencies like the Department of Energy or NSF, which also manage extensive research infrastructure.
What are the key performance indicators (KPIs) likely used to evaluate ASRC Federal System Solutions' performance under this contract?
Key Performance Indicators (KPIs) for a contract like this would focus on ensuring the reliability, availability, and efficiency of research facilities and engineering support. Common KPIs might include system uptime percentages for critical IT infrastructure, response times for service requests and incident resolution, adherence to maintenance schedules, successful completion of engineering projects within scope and budget, and compliance with safety and security protocols. For IT services, metrics like network performance, data center availability, and cybersecurity posture would be crucial. For engineering support, KPIs could relate to project delivery timelines, cost performance against estimates, and the quality of technical documentation and solutions provided. NASA would likely have a detailed Performance Work Statement (PWS) outlining these specific metrics and acceptable performance levels.
What is the track record of ASRC Federal System Solutions LLC in delivering similar IT and engineering support services to the federal government?
ASRC Federal System Solutions LLC has a significant track record of providing IT and engineering support services to various U.S. federal agencies. As a subsidiary of Arctic Slope Regional Corporation, it leverages extensive experience in government contracting. Their past performance often includes areas such as enterprise IT, cloud services, cybersecurity, and mission support. Reviews of their contract history would likely reveal numerous awards across different agencies, including NASA, the Department of Defense, and others. Assessing their specific performance on similar-sized or technically complex contracts would be key to understanding their capability for this RF&ESS requirement. Past performance evaluations, available through federal procurement databases, would offer insights into their reliability, quality of service, and ability to meet contractual obligations.
What are the potential risks associated with a long-duration (approx. 2068 days) firm-fixed-price contract for IT and engineering support?
Long-duration, firm-fixed-price contracts present specific risks. For the contractor (ASRC Federal System Solutions), the primary risk is that costs could escalate beyond initial projections due to inflation, unforeseen technical challenges, or changes in labor/material costs over the contract's lifespan. If costs rise significantly, their profit margins could erode, potentially impacting their ability or motivation to perform optimally. For the government, the risk lies in potential contractor complacency or a decline in service quality over time if the contractor feels locked into a price that becomes uncompetitive or if incentives for innovation diminish. Additionally, if technology evolves rapidly, the fixed-price nature might make it difficult or costly to incorporate necessary upgrades or changes, potentially leading to outdated systems or the need for costly contract modifications. Effective contract management and clear performance standards are crucial to mitigate these risks.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Facilities Management Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - IT MANAGEMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 80AFRC19R0022
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Arctic Slope Regional Corporation
Address: 7000 MUIRKIRK MEADOWS DR STE 100, BELTSVILLE, MD, 20705
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $77,637,599
Exercised Options: $77,637,599
Current Obligation: $61,732,819
Actual Outlays: $58,818,339
Subaward Activity
Number of Subawards: 73
Total Subaward Amount: $18,060,901
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2020-11-04
Current End Date: 2026-07-04
Potential End Date: 2026-07-04 00:00:00
Last Modified: 2026-03-16
More Contracts from Asrc Federal System Solutions LLC
- Aerospace Systems Technical Reasearch and Operations Support Services (astros) — $216.1M (Department of Defense)
- ,Ct::igf Engineering Services Mets II Bridge Contract.the Purpose of the Multidisciplinary Engineering and Technical Services II Bridge (mets II Bridge) Contract IS to Acquire Engineering and Related Services to the Mechanical Systems Division (MSD), the Software Engineering Division (SED), the Instrument Systems and Technology Division (istd), the Electrical Engineering Division (EED), and the Mission Engineering and Systems Analysis Division (mesa) and Related Organizations Under Aetd, AS Required, for the Formulation, Design, Development, Non-Flight Fabrication, Integration, Testing, Verification, and Operations of Space Flight and Ground System Hardware and Software, Including Development and Validation of NEW Technologies to Enable Future Space and Science Missions. the Emphases in Engineering Services ARE in the Areas of Systems Engineering, Software Engineering, Information Technology, and Guidance Navigation and Control (GN&C) Services. to This END, the Contractor Provides On/Off-Site Multidisciplinary Engineering Services, Pursuant to Task Assignments Issued by the Contracting Officer — $133.4M (National Aeronautics and Space Administration)
- Program Analysis and Control — $104.0M (National Aeronautics and Space Administration)
- Satellite and Ground Command and Control — $98.0M (Department of Defense)
- Services to Support the Operation, Maintenance and Logistics of the Peterson-Schriever Garrison Information and Communications Systems — $69.3M (Department of Defense)
View all Asrc Federal System Solutions LLC 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 →