NASA awards $20M contract for aerospace testing and facilities support to Amentum Technology, Inc
Contract Overview
Contract Amount: $20,028,158 ($20.0M)
Contractor: Amentum Technology, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2024-06-02
End Date: 2025-06-01
Contract Duration: 364 days
Daily Burn Rate: $55.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: AEROSPACE TESTING AND FACILITES OPERATION AND MAINTENANCE (ATOM-5) - TASK IS TO PROVIDE SUPPORT FOR TEST PLANNING, TEST PREPARATION, TEST OPERATION, POST-TEST ACTIVITIES, FACILITY OPERATION, SYSTEMS.
Place of Performance
Location: MOFFETT FIELD, SANTA CLARA County, CALIFORNIA, 94035
Plain-Language Summary
National Aeronautics and Space Administration obligated $20.0 million to AMENTUM TECHNOLOGY, INC. for work described as: AEROSPACE TESTING AND FACILITES OPERATION AND MAINTENANCE (ATOM-5) - TASK IS TO PROVIDE SUPPORT FOR TEST PLANNING, TEST PREPARATION, TEST OPERATION, POST-TEST ACTIVITIES, FACILITY OPERATION, SYSTEMS. Key points: 1. Contract focuses on comprehensive support for aerospace testing, from planning to facility operations. 2. The award was made under a full and open competition, suggesting a competitive bidding process. 3. Amentum Technology, Inc. is the selected contractor for this facilities support services requirement. 4. The contract duration is approximately one year, with a start date of June 2, 2024. 5. This award represents a significant investment in maintaining critical aerospace testing infrastructure. 6. The contract type is Cost Plus Fixed Fee, which allows for cost reimbursement plus a fixed fee.
Value Assessment
Rating: good
The contract value of approximately $20 million for a one-year period for comprehensive aerospace testing and facilities support appears reasonable given the scope of services. Benchmarking against similar large-scale facility operations and maintenance contracts within the aerospace sector would provide further context. The Cost Plus Fixed Fee (CPFF) structure, while allowing flexibility, requires careful monitoring of costs to ensure value for money. Without specific performance metrics or historical data for this exact service, a definitive value assessment is challenging, but the price seems aligned with complex technical support requirements.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a full and open competition, indicating that all responsible sources were permitted to submit a bid. The specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which is expected to lead to more favorable pricing and better service offerings for the government. The open competition suggests that NASA sought the best possible solution and price from the market.
Taxpayer Impact: A full and open competition is beneficial for taxpayers as it maximizes the potential for cost savings through competitive bidding and encourages a wider range of innovative solutions.
Public Impact
The primary beneficiaries are NASA and its aerospace research and development programs, ensuring continued access to essential testing facilities. Services delivered include test planning, preparation, operation, post-test activities, and facility maintenance. The geographic impact is centered around NASA's facilities in California, supporting regional aerospace activities. This contract supports a specialized workforce skilled in aerospace testing and facility management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contracts can sometimes lead to cost overruns if not managed diligently.
- The specific performance metrics and quality assurance measures for this contract are not detailed, posing a potential risk to service quality.
- Reliance on a single contractor for critical facility operations could create dependencies.
- The duration of one year may limit long-term strategic planning for facility improvements.
Positive Signals
- Awarded through full and open competition, suggesting a robust selection process.
- Amentum Technology, Inc. likely possesses specialized expertise required for complex aerospace testing.
- The contract aims to ensure the continued operation of vital aerospace testing infrastructure.
- Clear start and end dates provide defined operational periods.
Sector Analysis
The aerospace testing and facilities operation sector is critical for national defense, space exploration, and commercial aviation advancements. This contract falls within the broader Facilities Support Services industry, which encompasses a wide range of maintenance, operation, and management services for complex infrastructure. Spending in this sector is often driven by government research and development initiatives and the need to maintain aging but essential testing grounds. Comparable spending benchmarks would involve analyzing other large government contracts for facility operations at major research installations.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses arising from a set-aside provision. However, the prime contractor, Amentum Technology, Inc., may engage small businesses as subcontractors for specialized services, which would contribute to the small business ecosystem. Further analysis would be needed to determine if subcontracting plans were a requirement of the competition.
Oversight & Accountability
Oversight for this contract will likely be managed by the National Aeronautics and Space Administration (NASA) contracting officer and program managers. Accountability measures would be embedded within the Cost Plus Fixed Fee contract terms, requiring detailed reporting on costs and performance. Transparency is typically facilitated through contract award databases and public reporting requirements. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Aerospace Research and Development Support
- Facility Operations and Maintenance Services
- Government Test and Evaluation Support
- NASA Research and Technology Programs
Risk Flags
- Potential for cost overruns inherent in CPFF contracts.
- Lack of specific performance metrics in public data.
- Dependency on a single contractor for critical infrastructure.
Tags
aerospace, testing, facilities-operation, maintenance, nasa, amentum-technology-inc, cost-plus-fixed-fee, full-and-open-competition, california, federal-contract, support-services, research-and-development
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $20.0 million to AMENTUM TECHNOLOGY, INC.. AEROSPACE TESTING AND FACILITES OPERATION AND MAINTENANCE (ATOM-5) - TASK IS TO PROVIDE SUPPORT FOR TEST PLANNING, TEST PREPARATION, TEST OPERATION, POST-TEST ACTIVITIES, FACILITY OPERATION, SYSTEMS.
Who is the contractor on this award?
The obligated recipient is AMENTUM TECHNOLOGY, INC..
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 $20.0 million.
What is the period of performance?
Start: 2024-06-02. End: 2025-06-01.
What is Amentum Technology, Inc.'s track record with NASA and similar government contracts?
Amentum Technology, Inc. has a significant history of performing complex technical services and facility operations for various government agencies, including NASA. Their experience often spans areas such as engineering, research support, and base operations. Analyzing their past performance ratings on similar contracts, particularly those involving large-scale facility management and specialized testing environments, would provide insight into their reliability and capability. Specific details on past NASA awards and performance metrics would be crucial for a comprehensive assessment of their track record in fulfilling requirements like the ATOM-5 task order.
How does the awarded amount compare to historical spending on similar aerospace testing and facility operations contracts?
The $20 million award for a one-year period for aerospace testing and facilities operation and maintenance (ATOM-5) needs to be benchmarked against historical spending for similar services. NASA and the Department of Defense frequently award large contracts for the operation and maintenance of specialized testing facilities, such as wind tunnels, engine test stands, and environmental chambers. A comparison with contracts of similar scope, duration, and complexity, adjusted for inflation and market rates, would reveal whether this award represents a competitive price. Without access to a detailed historical spending database for comparable NASA facilities, it is difficult to definitively state if this amount is high or low, but it aligns with the significant investment required for such critical infrastructure.
What are the key performance indicators (KPIs) and risk mitigation strategies for this contract?
The provided data does not explicitly detail the Key Performance Indicators (KPIs) or specific risk mitigation strategies for this contract. However, as a Cost Plus Fixed Fee (CPFF) contract, performance is typically measured against the defined scope of work, adherence to schedules, and effective cost management. Risks associated with facility operations, such as equipment failure, safety incidents, or personnel shortages, would ideally be addressed through robust operational procedures, preventative maintenance schedules, and contingency planning outlined in the contract's statement of work. NASA's oversight mechanisms would be crucial in monitoring performance against these unstated KPIs and ensuring that identified risks are actively managed.
What is the potential impact of the Cost Plus Fixed Fee (CPFF) contract type on cost control and value for money?
The Cost Plus Fixed Fee (CPFF) contract type allows the contractor to recover all allowable costs incurred, plus a predetermined fixed fee representing profit. While this structure is often used for research and development or services where cost estimation is difficult, it can present challenges for cost control. The government bears the risk of cost overruns, although the fixed fee provides a ceiling on the contractor's profit. Effective value for money hinges on stringent oversight, clear definition of allowable costs, and robust negotiation of the fixed fee. Regular audits and performance reviews are essential to ensure that costs are reasonable and that the contractor is incentivized to perform efficiently within the agreed-upon scope.
How does the competition level (full and open) influence the pricing and innovation for this contract?
A 'full and open competition' award signifies that multiple bidders were likely involved, fostering a competitive environment. This typically drives down prices as contractors vie for the contract by offering their best value propositions. Furthermore, open competition can encourage innovation, as companies may differentiate themselves through unique approaches to service delivery, technology adoption, or efficiency improvements. The government benefits from a wider pool of potential solutions and potentially more cost-effective outcomes compared to sole-source or limited competition scenarios. The specific number of bidders and the evaluation criteria would further illuminate the extent of competitive pressure and innovation stimulated.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: OPERATION OF GOVT OWNED FACILITY › OPERATE GOVT OWNED BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Pae-Parsons Global Logistics Services, LLC
Address: 604 WILLIAM NORTHERN BLVD., TULLAHOMA, TN, 37388
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $22,707,534
Exercised Options: $22,707,534
Current Obligation: $20,028,158
Actual Outlays: $19,052,689
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 80ARC022DA011
IDV Type: IDC
Timeline
Start Date: 2024-06-02
Current End Date: 2025-06-01
Potential End Date: 2025-06-01 00:00:00
Last Modified: 2026-01-27
More Contracts from Amentum Technology, Inc.
- THE Test and Operations Support Contract (tosc) IS a Cost-Plus-Award-Fee Contract With an Indefinite Delivery Indefinite Quantity Task Ordering Provision. Tosc Provides a Processing Contract for the Kennedy Space Center (KSC) Supporting Multiple Customers. the Scope of This Contract Includes Program Management and Control; Safety and Mission Assurance; Information Management; Processing Support Systems and Integration; Flight Hardware Processing; Ground Systems Operations, Maintenance and Sustaining Engineering; Logistics and Spaceport Services. Tosc Provides Overall Management and Implementation of Ground Systems Capabilities, Flight Hardware Processing and Launch Operations AT KSC in Florida. These Tasks Will Support the International Space Station, Ground Systems Development and Operations, and the Space Launch System, Orion Multi-Purpose Crew Vehicle and Launch Services Programs. Tosc Also Provides Ground Processing for Launch Vehicles, Spacecraft and Payloads in Support of Emerging Programs, Commercial Entities and Other Government Agencies AS Designated by the Government. Services Include Advanced Planning and Special Studies; Development of Designated Ground Systems; Operational Support for Design and Development of Flight Hardware and Ground Systems; Spacecraft, Payload, and Launch Vehicle Servicing and Processing; Ground Systems Services; and Logistics and Other Processing Support Services. Flight Hardware Processing and Servicing Activities Include Assembly, Integration, Checkout, and Depot-Level Maintenance and Repair. Launch Vehicle and Spacecraft Operations Include Advanced Planning, Element Processing, Integration, Test, Launch and Recovery Services. Ground Systems Services Include Operations, Maintenance and Validation of Associated Ground Systems and Support Equipment Necessary for Human Space Flight and Exploration. Contract Activities Will BE Performed in the Most Cost-Effective and Efficient Manner Supporting the Government S Priorities for Safety, Mission Success, Customer Satisfaction and Innovation While Maintaining Flexibility and Responsiveness to Changing Requirements. With the Award of This Contract, KSC IS Positioning Itself for the Next ERA of Space Exploration. KSC IS Transitioning to a 21st-Century Launch Facility With Multiple Users, Both Private and Government. a Dynamic Infrastructure IS Taking Shape, Designed to Host Many Kinds of Spacecraft and Rockets Sending People on America's Next Voyages in Space — $2.1B (National Aeronautics and Space Administration)
- Engineering Science Contract — $1.9B (National Aeronautics and Space Administration)
- Engineering Services and Science Capability Augmentation (essca) — $1.9B (National Aeronautics and Space Administration)
- Enterprise Core Services (enduring) — $979.2M (Department of Defense)
- Engineering Science and Technology — $874.0M (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 →