NASA awards $10M task order for core computing services to Inuteq, LLC

Contract Overview

Contract Amount: $10,005,073 ($10.0M)

Contractor: Inuteq, LLC

Awarding Agency: National Aeronautics and Space Administration

Start Date: 2025-07-01

End Date: 2026-06-30

Contract Duration: 364 days

Daily Burn Rate: $27.5K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: COST PLUS AWARD FEE

Sector: IT

Official Description: CORE TECHNICAL SERVICES TASK ORDER UNDER NASA ADVANCED COMPUTING SERVICES (NACS) CONTRACT.

Place of Performance

Location: MOUNTAIN VIEW, SANTA CLARA County, CALIFORNIA, 94035

State: California Government Spending

Plain-Language Summary

National Aeronautics and Space Administration obligated $10.0 million to INUTEQ, LLC for work described as: CORE TECHNICAL SERVICES TASK ORDER UNDER NASA ADVANCED COMPUTING SERVICES (NACS) CONTRACT. Key points: 1. Value for money assessed through cost-plus award fee structure. 2. Full and open competition indicates a potentially competitive bidding process. 3. Contract duration of one year suggests a focused scope of work. 4. Performance risk is managed via award fee incentives. 5. Sector positioning within NASA's advanced computing services. 6. Focus on computer facilities management services.

Value Assessment

Rating: good

The contract is a Cost Plus Award Fee (CPAF) type, which allows for contractor reimbursement of allowable costs plus a fee that is based on performance. This structure incentivizes the contractor to meet or exceed performance objectives. Benchmarking against similar IT services contracts within NASA or other federal agencies would provide a clearer picture of value, but the CPAF structure itself is a common and generally effective method for managing performance and cost in complex service contracts.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting that all responsible sources were permitted to submit offers. The number of bidders is not specified, but this procurement method generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The agency's decision to use full and open competition implies confidence in the market's ability to provide suitable solutions.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it is expected to drive down costs through market forces and encourage a wider range of innovative solutions.

Public Impact

Benefits NASA's advanced computing initiatives by providing essential technical support. Ensures the continued operation and maintenance of critical computing facilities. Supports scientific research and development activities reliant on high-performance computing. Impacts the workforce through the provision of specialized IT management services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT services sector, specifically focusing on computer facilities management. The IT services market is vast and highly competitive, with significant government spending. NASA's Advanced Computing Services (NACS) program aims to provide high-performance computing resources and support to researchers. This task order is a component of that larger program, ensuring the operational integrity of the computing infrastructure.

Small Business Impact

The data indicates that small business participation (ss and sb flags are false) was not a primary set-aside consideration for this specific task order. While this contract itself may not directly benefit small businesses through set-asides, the prime contractor, Inuteq, LLC, may engage small businesses as subcontractors. Further analysis of subcontracting plans would be needed to assess the broader impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract is likely managed by NASA contracting officers and program managers. The Cost Plus Award Fee structure includes performance metrics that are subject to review and evaluation, forming the basis for the award fee. Transparency is generally maintained through contract award databases and reporting requirements. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

it-services, nasa, california, delivery-order, large-contract, full-and-open-competition, cost-plus-award-fee, computer-facilities-management, advanced-computing, technical-services

Frequently Asked Questions

What is this federal contract paying for?

National Aeronautics and Space Administration awarded $10.0 million to INUTEQ, LLC. CORE TECHNICAL SERVICES TASK ORDER UNDER 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 $10.0 million.

What is the period of performance?

Start: 2025-07-01. End: 2026-06-30.

What is Inuteq, LLC's track record with NASA and other federal agencies for similar IT services contracts?

A review of Inuteq, LLC's contract history with NASA and other federal agencies would be necessary to assess their track record. This would involve examining past performance evaluations, any reported contract disputes or terminations, and the types and values of previous contracts awarded. A history of successful performance on comparable IT services contracts, particularly those involving complex computing facilities management, would indicate a lower performance risk for this task order. Conversely, a history of issues could raise concerns about the contractor's ability to meet the requirements of this new award.

How does the estimated value of this task order compare to similar IT services contracts awarded by NASA or other agencies?

Benchmarking this $10 million task order against similar IT services contracts requires access to a comprehensive database of federal procurements. Factors to consider include the scope of services (e.g., facilities management, system administration, network support), contract duration (1 year), and contract type (CPAF). If comparable contracts for similar services and durations are consistently awarded at lower or higher price points, it could indicate whether this award represents good or questionable value. The specific technical requirements and the competitive landscape for these services in the relevant geographic area (California) would also influence pricing.

What are the key performance indicators (KPIs) that will be used to determine the award fee for Inuteq, LLC?

The specific Key Performance Indicators (KPIs) for this Cost Plus Award Fee (CPAF) contract are detailed within the task order's performance work statement (PWS). Typically, for computer facilities management, KPIs might include metrics related to system uptime and availability, response times for service requests, successful completion of maintenance tasks, adherence to security protocols, and overall user satisfaction. The clarity, measurability, and attainability of these KPIs are crucial for both the contractor to understand expectations and for NASA to objectively assess performance and determine the appropriate award fee.

What is the historical spending pattern for computer facilities management services at NASA's relevant centers?

Analyzing historical spending patterns for computer facilities management services at NASA would involve examining past contract awards for similar services across different centers and fiscal years. This data can reveal trends in contract values, types of services procured, and the contractors frequently utilized. Understanding this historical context can help determine if the current $10 million task order is consistent with past investments, or if it represents a significant increase or decrease in spending for these capabilities. It can also highlight any shifts in NASA's strategy regarding in-house versus outsourced IT support.

What are the potential risks associated with a one-year contract duration for core technical services?

A one-year contract duration for core technical services, like those provided under this task order, presents several potential risks. Firstly, it may limit the contractor's incentive to invest in long-term process improvements or infrastructure upgrades, as the return on investment may not be realized within the contract period. Secondly, it can lead to increased administrative burden and costs associated with frequent re-competition or contract extensions. Finally, there's a risk of service disruption if a new contractor is not seamlessly onboarded at the end of the term, potentially impacting the continuity of critical computing operations.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Facilities Management Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT 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

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: $10,758,558

Exercised Options: $10,758,558

Current Obligation: $10,005,073

Actual Outlays: $4,983,864

Subaward Activity

Number of Subawards: 3

Total Subaward Amount: $425,387

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: 2025-07-01

Current End Date: 2026-06-30

Potential End Date: 2026-06-30 00:00:00

Last Modified: 2026-03-31

More Contracts from Inuteq, LLC

View all Inuteq, LLC federal contracts →

Other National Aeronautics and Space Administration Contracts

View all National Aeronautics and Space Administration contracts →

Explore Related Government Spending