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
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
- Potential for cost overruns if award fee targets are not clearly defined or achievable.
- Dependence on contractor performance for critical computing infrastructure.
Positive Signals
- Incentivizes high performance through the award fee structure.
- Full and open competition suggests a robust selection process.
- Clear contract end date provides a defined period for service delivery.
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
- NASA Advanced Computing Services (NACS)
- Federal IT Services Contracts
- Computer Facilities Management Services
Risk Flags
- Contract duration is short (1 year), potentially limiting long-term investment incentives.
- Cost Plus Award Fee (CPAF) requires careful monitoring of performance metrics to ensure value.
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 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
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
- 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 →