NASA awards $35.6M task order to Inuteq, LLC for IT facilities management services
Contract Overview
Contract Amount: $35,612,025 ($35.6M)
Contractor: Inuteq, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2024-07-01
End Date: 2025-06-30
Contract Duration: 364 days
Daily Burn Rate: $97.8K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS AWARD FEE
Sector: IT
Official Description: IDIQ PROCUREMENT SERVICES TASK ORDER UNDER NASA ADVANCED COMPUTING SERVICES
Place of Performance
Location: MOUNTAIN VIEW, SANTA CLARA County, CALIFORNIA, 94035
Plain-Language Summary
National Aeronautics and Space Administration obligated $35.6 million to INUTEQ, LLC for work described as: IDIQ PROCUREMENT SERVICES TASK ORDER UNDER NASA ADVANCED COMPUTING SERVICES Key points: 1. Task order awarded under a broader IDIQ contract for advanced computing services. 2. Focus on computer facilities management, indicating a need for IT infrastructure support. 3. Contract duration of one year suggests a need for ongoing, but potentially short-term, operational support. 4. Awarded via full and open competition, implying a competitive bidding process. 5. Cost Plus Award Fee contract type allows for performance-based incentives. 6. The contract is not set aside for small businesses, suggesting larger prime contractors are expected.
Value Assessment
Rating: good
The total award amount of $35.6 million for a one-year period for IT facilities management services appears reasonable given the scope. Benchmarking against similar IT support contracts within NASA or other federal agencies would provide a clearer picture of value for money. The Cost Plus Award Fee structure incentivizes performance, which can lead to better outcomes and potentially more efficient use of funds if performance targets are met.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The specific number of bidders is not provided, but the nature of the competition suggests that NASA sought the best value from a range of qualified contractors. This approach generally fosters price discovery and encourages competitive pricing.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically leads to more competitive pricing and a wider selection of qualified vendors, maximizing the chances of obtaining services at a fair market value.
Public Impact
Benefits NASA's IT infrastructure by ensuring the proper management of computer facilities. Supports the agency's advanced computing initiatives through reliable IT operations. Services are delivered within California, potentially impacting the local IT workforce. Ensures continuity of IT operations critical for NASA's research and development activities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Award Fee contracts can sometimes lead to cost overruns if not closely monitored.
- Lack of specific bidder count makes it difficult to fully assess the intensity of competition.
- The 'advanced computing services' umbrella IDIQ might obscure the specific needs met by this task order.
Positive Signals
- Awarded through full and open competition, suggesting a robust selection process.
- Performance-based fee structure incentivizes contractor efficiency and effectiveness.
- One-year duration allows for reassessment of needs and potential re-competition.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on computer facilities management. This is a critical component of IT infrastructure, encompassing the maintenance, operation, and support of data centers and computing environments. The market for such services is competitive, with numerous providers ranging from large system integrators to specialized IT support firms. NASA's reliance on such services underscores the importance of robust IT operations for its complex missions.
Small Business Impact
The contract was not set aside for small businesses, and there is no indication of small business subcontracting requirements in the provided data. This suggests that the primary contractor, Inuteq, LLC, is expected to perform the majority of the work, and the scale of the contract may be better suited for larger entities. Further analysis would be needed to determine if any subcontracting opportunities exist for small businesses within this award.
Oversight & Accountability
Oversight for this task order would likely be managed by NASA's contracting officers and program managers responsible for IT facilities. The Cost Plus Award Fee structure implies performance metrics that would be monitored to determine award fees. Transparency would be enhanced by public contract databases and potential reporting requirements, though specific oversight mechanisms are not detailed in the provided data.
Related Government Programs
- NASA Advanced Computing Services IDIQ
- IT Facilities Management Contracts
- Computer Systems Management Services
Risk Flags
- Potential for cost overruns in CPAF contracts if not managed tightly.
- Limited transparency on specific performance metrics and award fee determination.
- Lack of small business subcontracting details may limit broader economic impact.
Tags
it-services, facilities-management, nasa, california, delivery-order, full-and-open-competition, cost-plus-award-fee, large-contract, ict-services, computer-facilities
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $35.6 million to INUTEQ, LLC. IDIQ PROCUREMENT SERVICES TASK ORDER UNDER NASA ADVANCED COMPUTING 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 $35.6 million.
What is the period of performance?
Start: 2024-07-01. End: 2025-06-30.
What is Inuteq, LLC's track record with NASA and other federal agencies for similar IT facilities management services?
A review of Inuteq, LLC's contract history with federal agencies, particularly NASA, would be necessary to assess their track record. This would involve examining past performance evaluations, any reported issues or disputes, and the successful completion of previous IT facilities management contracts. Understanding their experience with similar contract types (e.g., Cost Plus Award Fee) and service scopes is crucial for evaluating their capability to perform this task order effectively. Without specific historical data on Inuteq's performance, it is difficult to definitively assess their reliability for this $35.6 million award.
How does the awarded amount compare to the estimated value or ceiling of the parent IDIQ contract?
The provided data indicates this is a delivery order under a larger IDIQ (Indefinite Delivery, Indefinite Quantity) contract for NASA Advanced Computing Services. To assess the value comparison, one would need access to the details of the parent IDIQ contract, including its total ceiling value and the number and value of other task orders issued against it. This $35.6 million task order represents a significant portion of potential spending under the IDIQ. Comparing it to the IDIQ's overall value helps determine if this award is a major component or a routine order within the broader program.
What are the specific performance metrics and award fee criteria for this Cost Plus Award Fee contract?
The effectiveness of a Cost Plus Award Fee (CPAF) contract hinges on clearly defined performance metrics and objective award fee criteria. For this NASA task order, these criteria would likely relate to the availability and performance of computer facilities, response times for maintenance and support, adherence to security protocols, and successful implementation of any upgrades or changes. The 'award fee' portion is determined by NASA's subjective assessment of the contractor's performance against these criteria. Without access to the contract's Performance Work Statement (PWS) and the specific award fee plan, it's impossible to quantify the potential upside or downside for Inuteq, LLC, or to fully assess the incentive structure's alignment with NASA's goals.
What is the typical market rate for similar IT facilities management services in California, and how does this contract's pricing align?
Determining the precise market rate for IT facilities management services is complex, as it depends heavily on the specific services required, the scale of operations, security requirements, and geographic location within California. However, general market analysis for IT infrastructure support, data center operations, and managed IT services can provide benchmarks. Given this is a Cost Plus Award Fee contract, the 'cost' component would be subject to audit and review, while the 'award fee' is performance-dependent. A thorough analysis would involve comparing Inuteq's proposed costs (labor rates, overhead, etc.) against industry benchmarks and the potential total cost (cost plus maximum award fee) against comparable government or commercial contracts to assess value for money.
What is the historical spending trend for IT facilities management services at NASA under similar contract vehicles?
Analyzing NASA's historical spending on IT facilities management services, particularly under IDIQ vehicles similar to the Advanced Computing Services contract, would provide valuable context. This involves examining spending patterns over the past several fiscal years to identify trends in contract values, types of services procured, and the contractors frequently awarded work. Understanding this historical context helps in assessing whether the $35.6 million award to Inuteq, LLC is consistent with NASA's typical investment in this area, or if it represents a significant increase or shift in procurement strategy. It also aids in identifying potential budget fluctuations or program priorities.
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: $43,596,751
Exercised Options: $43,596,751
Current Obligation: $35,612,025
Actual Outlays: $35,502,556
Subaward Activity
Number of Subawards: 29
Total Subaward Amount: $31,912,335
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: 2024-07-01
Current End Date: 2025-06-30
Potential End Date: 2025-06-30 00:00:00
Last Modified: 2025-12-15
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 →