NASA's $36M NACS Task Order to Inuteq LLC for Computing Facilities Management
Contract Overview
Contract Amount: $36,162,800 ($36.2M)
Contractor: Inuteq, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2022-07-01
End Date: 2023-06-30
Contract Duration: 364 days
Daily Burn Rate: $99.3K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS AWARD FEE
Sector: IT
Official Description: IDIQ PROCUREMENT TASK ORDER UNDER THE NASA ADVANCED COMPUTING SERVICES (NACS) CONTRACT
Place of Performance
Location: MOFFETT FIELD, SANTA CLARA County, CALIFORNIA, 94035
Plain-Language Summary
National Aeronautics and Space Administration obligated $36.2 million to INUTEQ, LLC for work described as: IDIQ PROCUREMENT TASK ORDER UNDER THE NASA ADVANCED COMPUTING SERVICES (NACS) CONTRACT Key points: 1. The contract is a task order under an existing IDIQ for advanced computing services. 2. Inuteq LLC is the awardee, specializing in computer facilities management. 3. The contract type is Cost Plus Award Fee, indicating performance-based incentives. 4. This procurement falls under the Computer Facilities Management Services NAICS code.
Value Assessment
Rating: good
The Cost Plus Award Fee structure allows for performance incentives, which can be effective in managing costs for complex services. Benchmarking against similar IT services contracts is recommended to ensure competitive pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a robust price discovery process. The IDIQ structure likely facilitated competition among multiple vendors.
Taxpayer Impact: Full and open competition generally leads to better value for taxpayers by fostering a competitive bidding environment.
Public Impact
Supports NASA's advanced computing initiatives, crucial for scientific research and space exploration. Provides essential IT infrastructure management for critical government operations. The award to Inuteq LLC contributes to the IT services sector's economic activity.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Award Fee contracts require careful monitoring to ensure costs remain reasonable and award fees are justified.
- Reliance on a single task order under an IDIQ may concentrate risk if the prime contractor faces performance issues.
Positive Signals
- Awarded under full and open competition, indicating a competitive process.
- Task order is part of a larger IDIQ, suggesting established contract vehicles.
- Supports critical NASA missions.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on computer facilities management. Spending in this sector is substantial across government, supporting essential digital infrastructure and operations.
Small Business Impact
The data indicates this award was not set aside for small businesses (ss: false, sb: false). Further analysis would be needed to determine if small businesses were involved as subcontractors.
Oversight & Accountability
Oversight will be crucial for the National Aeronautics and Space Administration (NASA) to monitor performance and costs under this Cost Plus Award Fee contract, ensuring accountability and value for taxpayer funds.
Related Government Programs
- Computer Facilities Management Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Cost Plus Award Fee structure requires diligent oversight.
- No small business set-aside identified.
- Performance metrics for award fee need clear definition and monitoring.
- Potential for cost creep if not managed tightly.
Tags
computer-facilities-management-services, national-aeronautics-and-space-administr, ca, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $36.2 million to INUTEQ, LLC. IDIQ PROCUREMENT TASK ORDER UNDER THE NASA ADVANCED COMPUTING SERVICES (NACS) CONTRACT
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 $36.2 million.
What is the period of performance?
Start: 2022-07-01. End: 2023-06-30.
What is the typical cost structure for similar advanced computing services contracts awarded by NASA?
Typical cost structures for similar NASA advanced computing services contracts can vary, but often include a mix of fixed-price components for hardware/software and cost-reimbursable elements for labor and support. Cost Plus Award Fee (CPAF) contracts, like this one, are common for services where performance is difficult to define precisely upfront, allowing for incentives. Benchmarking against these structures helps assess the reasonableness of Inuteq's pricing.
What are the primary risks associated with a Cost Plus Award Fee contract for IT services?
The primary risks with CPAF contracts for IT services include potential for cost overruns if performance metrics are not well-defined or rigorously monitored, and the possibility of inflated profit margins if award fees are granted too liberally. There's also a risk that the focus shifts from efficient service delivery to maximizing award fee payouts. Strong government oversight and clear performance standards are essential to mitigate these risks.
How effectively does this task order contribute to NASA's overall mission objectives?
This task order is likely to contribute effectively by providing essential computer facilities management, which underpins NASA's advanced computing capabilities. These capabilities are critical for complex simulations, data analysis, and research driving space exploration and scientific discovery. Ensuring the reliability and performance of these facilities directly supports the agency's ability to achieve its strategic goals and technological advancements.
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 - COMPUTE
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: $38,537,390
Exercised Options: $38,537,390
Current Obligation: $36,162,800
Actual Outlays: $35,908,859
Subaward Activity
Number of Subawards: 48
Total Subaward Amount: $37,170,928
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: 2022-07-01
Current End Date: 2023-06-30
Potential End Date: 2023-06-30 00:00:00
Last Modified: 2026-01-20
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 →