NASA's $19.8M Advanced Computing Services contract awarded to Inuteq, LLC for IT facilities management
Contract Overview
Contract Amount: $19,859,526 ($19.9M)
Contractor: Inuteq, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2018-08-28
End Date: 2019-07-15
Contract Duration: 321 days
Daily Burn Rate: $61.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS AWARD FEE
Sector: IT
Official Description: NASA ADVANCED COMPUTING SERVICES (NACS) ARC IDIQ PROCUREMENT SERVICES
Place of Performance
Location: MOFFETT FIELD, SANTA CLARA County, CALIFORNIA, 94035
Plain-Language Summary
National Aeronautics and Space Administration obligated $19.9 million to INUTEQ, LLC for work described as: NASA ADVANCED COMPUTING SERVICES (NACS) ARC IDIQ PROCUREMENT SERVICES Key points: 1. Contract value of $19.8 million for a 321-day period. 2. Awarded under full and open competition. 3. Focuses on computer facilities management services. 4. Tasked as a delivery order under an IDIQ. 5. Contractor is Inuteq, LLC, based in California. 6. Pricing structure is Cost Plus Award Fee (CPAF).
Value Assessment
Rating: fair
The contract's value of $19.8 million for a 321-day duration suggests a significant investment in advanced computing services. Benchmarking this against similar IT facilities management contracts is challenging without more detailed scope information. The Cost Plus Award Fee (CPAF) structure allows for performance-based incentives, but also carries the risk of cost overruns if not managed carefully. The relatively short duration might indicate a specific project or a bridge contract.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The specific number of bidders is not provided, but full and open competition generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The use of an IDIQ structure with a delivery order suggests a pre-competed framework for various task orders.
Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it maximizes the pool of potential offerors, increasing the likelihood of receiving competitive bids and potentially lower prices.
Public Impact
Benefits NASA's research and development initiatives by providing essential computing infrastructure. Supports advanced scientific computing and data analysis for space exploration and aeronautics. Geographic impact is primarily at NASA facilities utilizing these computing services. Workforce implications include IT professionals managing and operating the computing facilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Award Fee (CPAF) can lead to higher costs if performance incentives are not tightly managed.
- Limited duration of 321 days may indicate a short-term need or a gap-filling measure, raising questions about long-term strategy.
- Lack of specific performance metrics or outcomes makes it difficult to assess the true value for money.
- Information on the number of bidders is not available, hindering a full assessment of competitive pressure.
Positive Signals
- Awarded through full and open competition, suggesting a robust bidding process.
- Focus on advanced computing is critical for NASA's mission objectives.
- Contractor Inuteq, LLC is based in California, potentially supporting regional IT expertise.
Sector Analysis
The IT services sector, particularly computer facilities management, is a critical component of government operations. NASA's need for advanced computing services aligns with the growing demand for high-performance computing (HPC) in scientific research, data analytics, and simulation. Spending in this area is substantial across federal agencies, supporting everything from weather forecasting to national security. This contract fits within the broader category of IT infrastructure support, essential for enabling complex research and operational tasks.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'ss: false' and 'sb: false'. The primary contractor, Inuteq, LLC, is not specified as a small business. Therefore, the direct impact on small business set-asides is minimal. However, the potential for subcontracting opportunities with small businesses by the prime contractor is not detailed in the provided data and would require further investigation.
Oversight & Accountability
Oversight for this contract would typically fall under NASA's contracting officers and program managers. As a delivery order under an IDIQ, the underlying contract likely has established oversight mechanisms. The Cost Plus Award Fee (CPAF) structure necessitates careful monitoring of costs and performance to ensure award fees are justified. Transparency regarding specific performance metrics and cost breakdowns would be crucial for accountability, but this information is not detailed here.
Related Government Programs
- NASA IT Infrastructure Support
- High-Performance Computing Services
- Federal Data Center Management
- Cloud Computing Services (potential overlap)
- Research and Development IT Support
Risk Flags
- Potential for cost overruns due to CPAF structure.
- Short contract duration may indicate lack of long-term planning.
- Limited transparency on number of bidders.
- Performance metrics not detailed, impacting value assessment.
Tags
nasa, it-services, computer-facilities-management, full-and-open-competition, delivery-order, cost-plus-award-fee, california, inuteq-llc, advanced-computing, research-and-development
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $19.9 million to INUTEQ, LLC. NASA ADVANCED COMPUTING SERVICES (NACS) ARC IDIQ PROCUREMENT SERVICES
Who is the contractor on this award?
The obligated recipient is INUTEQ, 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 $19.9 million.
What is the period of performance?
Start: 2018-08-28. End: 2019-07-15.
What is the specific nature of the 'Advanced Computing Services' provided under this contract?
The provided data indicates the North American Industry Classification System (NAICS) code is 541513, which corresponds to Computer Facilities Management Services. This suggests the contract likely involves the management, operation, and maintenance of computing infrastructure, such as servers, storage, and networking, necessary for advanced computational tasks. These services could include hardware maintenance, system administration, performance monitoring, and ensuring the availability and reliability of computing resources critical for NASA's research and development activities.
How does the Cost Plus Award Fee (CPAF) pricing structure compare to other IT facilities management contracts?
Cost Plus Award Fee (CPAF) contracts are common in government contracting, especially for services where performance can be objectively measured but precise cost estimation is difficult. Unlike fixed-price contracts, CPAF allows the contractor to recover allowable costs plus a fee that is composed of a base fee and an award amount, determined by the government based on performance against predefined criteria. Compared to Cost Plus Fixed Fee (CPFF), CPAF offers greater incentive for the contractor to exceed minimum performance standards. However, it can also lead to higher overall costs than fixed-price arrangements if the award fee criteria are not stringent or if costs escalate unexpectedly. For IT facilities management, CPAF can incentivize efficiency, uptime, and responsiveness.
What are the potential risks associated with a 321-day contract duration for advanced computing services?
A contract duration of 321 days (approximately 10.5 months) for advanced computing services presents several potential risks. Firstly, it may indicate a short-term or urgent need, which could imply a lack of long-term strategic planning for NASA's computing infrastructure. Secondly, such a short duration might not provide sufficient time for the contractor to fully optimize the systems or for NASA to realize the full benefits of the services, potentially leading to inefficiencies or a need for frequent re-procurement. Thirdly, it could be a bridge contract, intended to cover a gap until a more comprehensive, long-term solution is in place, which can disrupt continuity and knowledge transfer. Finally, the administrative overhead associated with frequent contract renewals or re-competitions can be substantial.
What is the significance of the IDIQ contract type with a Delivery Order?
The contract being a Delivery Order under an Indefinite Delivery Indefinite Quantity (IDIQ) contract signifies a flexible procurement approach. An IDIQ allows the government to order specific quantities of goods or services over a set period, up to a maximum ceiling amount. A Delivery Order is a specific task order issued against that IDIQ. This structure is beneficial when the government anticipates a need for services but cannot define the exact quantity or timing in advance. It allows for streamlined ordering of services as needed, while the initial IDIQ award likely involved a competitive process to establish a pool of qualified vendors. This specific delivery order represents a defined task within that broader framework.
How does Inuteq, LLC's performance history, if available, influence the assessment of this contract?
The provided data does not include specific performance history for Inuteq, LLC on this or other contracts. Assessing the contractor's track record is crucial for evaluating the risk and potential success of this advanced computing services contract. A history of successful contract performance, particularly in similar IT facilities management roles for government agencies, would indicate a lower risk and a higher likelihood of successful service delivery. Conversely, past performance issues, such as cost overruns, schedule delays, or quality deficiencies, would raise concerns and warrant closer scrutiny of contract management and oversight. Without this information, the assessment relies more heavily on the contract structure and general industry benchmarks.
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 › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Address: 7000 MUIRKIRK MEADOWS DR STE 100, BELTSVILLE, MD, 20705
Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $20,904,213
Exercised Options: $20,904,213
Current Obligation: $19,859,526
Actual Outlays: $561,174
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 80ARC018D0010
IDV Type: IDC
Timeline
Start Date: 2018-08-28
Current End Date: 2019-07-15
Potential End Date: 2019-07-15 00:00:00
Last Modified: 2025-09-08
More Contracts from Inuteq, LLC
- THE Majority of Work Under This Contract Shall BE in Support of Missions of the Gsfc. in Addition, There Will BE Some Work That Will BE in Support of Gsfc or Other Nasa Missions AT Other Nasa Centers or Nasa Headquarters. in Support of These Activities, IT IS Anticipated That a Small Number of Contractor Personnel MAY BE Resident AT Such Facilities Outside of the Metro Washington DC Area. in Order to Support These Missions and the Accounting Office, the Following Project Planning and Control and Associated Functions Will BE Performed Under This Contract: 1. General Business 2. Planning and Scheduling/Earned Value Management 3. Documentation Management 4. Configuration Management 5. Highly Specialized Information Technology 6. General Accounting — $368.9M (National Aeronautics and Space Administration)
- , High Performance Computing Integrated Technical Services Restricted in Support of the High Performance Computing Mondernization Program Office — $108.8M (Department of Defense)
- Research Facilities and Engineering Support Services — $85.8M (National Aeronautics and Space Administration)
- - Office of Worker's Compensation Programs(owcp)information Technology Services (oits), U.S. Department of Labor Headquarters Agency, Washington, D.C — $79.6M (Department of Labor)
- Idiq Procurement Services Task Order Under Nasa Advanced Computing Services (nacs) Contract — $41.5M (National Aeronautics and Space Administration)
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 →