NASA awards $29.9M task order to Inuteq for advanced computing services, highlighting IT infrastructure needs
Contract Overview
Contract Amount: $29,889,284 ($29.9M)
Contractor: Inuteq, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2020-07-01
End Date: 2021-06-30
Contract Duration: 364 days
Daily Burn Rate: $82.1K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS AWARD FEE
Sector: IT
Official Description: NASA ADVANCED COMPUTING SERVICES (NACS) IDIQ PROCUREMENT SERVICES TASK ORDER
Place of Performance
Location: MOUNTAIN VIEW, SANTA CLARA County, CALIFORNIA, 94035
Plain-Language Summary
National Aeronautics and Space Administration obligated $29.9 million to INUTEQ, LLC for work described as: NASA ADVANCED COMPUTING SERVICES (NACS) IDIQ PROCUREMENT SERVICES TASK ORDER Key points: 1. The contract value represents a significant investment in specialized IT services for NASA's advanced computing initiatives. 2. Competition dynamics for this IT services contract are crucial for ensuring cost-effectiveness and access to cutting-edge solutions. 3. Performance risk is moderate, given the specialized nature of advanced computing and the need for reliable infrastructure. 4. This award falls within the broader context of federal IT spending, supporting critical research and development functions. 5. The sector positioning is within IT services, specifically focusing on computing facilities management. 6. The contract type (Cost Plus Award Fee) suggests a focus on performance incentives and managing complex service delivery.
Value Assessment
Rating: good
Benchmarking this specific task order against similar NASA IT contracts is challenging without granular cost breakdowns. However, the total award amount of $29.9 million for a one-year period for advanced computing services appears within a reasonable range for specialized federal IT procurements. The Cost Plus Award Fee structure allows for flexibility and incentivizes performance, which can lead to good value if managed effectively. Further analysis would require comparing the specific services rendered against industry standards and the awarded fee structure.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This competitive process is designed to foster price discovery and ensure that the government receives the best value. The number of bidders is not specified, but the full and open nature suggests a robust competitive environment, which is generally favorable for cost control.
Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down prices through market forces and encouraging a wider pool of qualified contractors to offer their services, leading to potentially better deals.
Public Impact
This contract directly benefits NASA's research and development efforts by providing essential advanced computing infrastructure. The services delivered will support complex scientific simulations, data analysis, and modeling crucial for space exploration and aeronautics. The geographic impact is primarily at NASA facilities where these computing services are utilized, likely concentrated in key research centers. Workforce implications may include the need for specialized IT personnel to manage and operate the advanced computing systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if award fee targets are not met or if unforeseen technical challenges arise.
- Dependence on a single contractor for critical advanced computing infrastructure could pose a risk if performance falters.
- Ensuring the scalability and future-proofing of the computing services to meet evolving NASA requirements.
Positive Signals
- Awarded through full and open competition, suggesting a competitive pricing environment.
- Cost Plus Award Fee structure incentivizes contractor performance and efficiency.
- Focus on advanced computing aligns with NASA's strategic goals for scientific discovery and innovation.
Sector Analysis
The federal IT services market is vast and highly competitive, with significant spending allocated to cloud computing, data analytics, and high-performance computing. NASA's need for advanced computing services places this contract within a specialized segment focused on supporting complex scientific research and development. Comparable spending benchmarks would involve looking at other agencies' investments in supercomputing, data centers, and specialized IT infrastructure for R&D purposes, which can range from tens to hundreds of millions of dollars annually.
Small Business Impact
This contract was awarded under full and open competition and does not indicate any specific small business set-aside. Therefore, the direct impact on small businesses through this specific award is likely minimal unless Inuteq, LLC, the prime contractor, engages in subcontracting with small businesses. The absence of a set-aside suggests the primary focus was on securing the most capable large-scale provider for these specialized services.
Oversight & Accountability
Oversight for this contract would typically be managed by NASA's contracting officers and program managers, who are responsible for monitoring performance, costs, and adherence to contract terms. The Cost Plus Award Fee structure necessitates close monitoring of performance metrics to determine award fee payments. Transparency is generally maintained through contract award databases and reporting requirements, though specific operational details may be sensitive. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- NASA High-End Computing Capability (HECC)
- Federal Cloud Computing Strategy
- IT Infrastructure Modernization Programs
- Research and Development IT Services
Risk Flags
- Potential for cost creep in CPAF contracts if not closely monitored.
- Risk of technological obsolescence in rapidly evolving advanced computing field.
- Dependence on contractor performance for critical research infrastructure.
Tags
nasa, it-services, advanced-computing, computer-facilities-management, cost-plus-award-fee, full-and-open-competition, delivery-order, california, research-and-development, information-technology
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $29.9 million to INUTEQ, LLC. NASA ADVANCED COMPUTING SERVICES (NACS) IDIQ PROCUREMENT SERVICES TASK ORDER
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 $29.9 million.
What is the period of performance?
Start: 2020-07-01. End: 2021-06-30.
What is the track record of Inuteq, LLC in providing advanced computing services to federal agencies?
Information regarding Inuteq, LLC's specific track record in advanced computing services for federal agencies is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and client references. Federal procurement databases and agency performance reports would be the primary sources for this information. Without this data, it's difficult to definitively assess their experience and reliability in this specialized domain. However, securing a contract of this magnitude from NASA suggests a level of capability and qualification that has been recognized by the agency during the procurement process.
How does the $29.9 million award compare to NASA's historical spending on advanced computing services?
To compare this $29.9 million award to NASA's historical spending on advanced computing services, one would need access to NASA's budget allocations and contract awards for similar IT infrastructure and high-performance computing over previous fiscal years. Advanced computing needs can fluctuate based on research priorities and technological advancements. A single task order of this size represents a significant investment for a one-year period, but its proportion within NASA's overall IT budget and its trend relative to past investments would require a deeper dive into historical financial data. It is plausible that this award reflects an increased or sustained investment in critical computing capabilities.
What are the primary risks associated with this Cost Plus Award Fee (CPAF) contract structure for advanced computing?
The primary risks associated with a Cost Plus Award Fee (CPAF) contract for advanced computing services include potential cost overruns if the contractor's costs exceed projections, and the possibility of the government paying higher fees than anticipated if performance targets are met or exceeded. For advanced computing, risks also involve the rapid pace of technological change, where the contracted solutions might become outdated quickly, or unforeseen technical complexities that drive up costs. Ensuring that the award fee criteria are clearly defined, measurable, and aligned with NASA's objectives is critical to mitigating risks and ensuring value. Effective oversight is paramount to manage these inherent risks.
How does the 'Computer Facilities Management Services' classification (NAICS 541513) align with the 'Advanced Computing Services' described?
The NAICS code 541513, 'Computer Facilities Management Services,' broadly covers the management and operation of clients' computer systems and/or data processing facilities. This aligns well with 'Advanced Computing Services' as it encompasses the infrastructure, maintenance, and operational support required for high-performance computing environments. Advanced computing often relies on sophisticated data centers and complex IT infrastructure that necessitate expert management. Therefore, this classification is appropriate for a contract focused on ensuring the availability, reliability, and performance of NASA's advanced computing resources, including hardware, software, and network operations.
What are the implications of this contract being a Delivery Order under an IDIQ procurement?
This contract being a Delivery Order under an Indefinite Delivery Indefinite Quantity (IDIQ) procurement signifies that NASA has established a broader contract vehicle with Inuteq, LLC, allowing for the issuance of multiple task or delivery orders over a specified period. The IDIQ structure provides flexibility for NASA to procure specific services as needed, while the Delivery Order specifies the exact scope, quantity, and delivery timeline for this particular requirement. This approach is common for IT services, enabling agencies to adapt to evolving needs and leverage pre-negotiated terms and pricing, potentially streamlining future procurements and ensuring access to specialized capabilities.
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
Parent Company: Arctic Slope Regional Corporation
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: $31,352,124
Exercised Options: $31,352,124
Current Obligation: $29,889,284
Actual Outlays: $14,264,319
Subaward Activity
Number of Subawards: 22
Total Subaward Amount: $21,379,829
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: 2020-07-01
Current End Date: 2021-06-30
Potential End Date: 2021-06-30 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 →