NASA awards $5.4M task order for Ames Fire Services to Chenega Global Protection
Contract Overview
Contract Amount: $5,410,474 ($5.4M)
Contractor: Chenega Global Protection, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-10-01
End Date: 2026-09-30
Contract Duration: 364 days
Daily Burn Rate: $14.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NASA FIRE SERVICES CONTRACT (NFSC) AMES TASK ORDER (ARFF - OPTION B).
Place of Performance
Location: MOUNTAIN VIEW, SANTA CLARA County, CALIFORNIA, 94035
Plain-Language Summary
National Aeronautics and Space Administration obligated $5.4 million to CHENEGA GLOBAL PROTECTION, LLC for work described as: NASA FIRE SERVICES CONTRACT (NFSC) AMES TASK ORDER (ARFF - OPTION B). Key points: 1. Contract value of $5.41M for a 1-year period. 2. Chenega Global Protection, LLC is the awardee. 3. Competition method: Full and Open Competition after Exclusion of Sources. 4. Sector: Support Services (NAICS 561990).
Value Assessment
Rating: good
The contract is a firm-fixed-price delivery order. Benchmarking against similar support services contracts is difficult without more detailed scope information, but the value appears reasonable for a 1-year term.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under Full and Open Competition after Exclusion of Sources. This method suggests that while competition was sought, specific circumstances led to excluding certain potential bidders, which could impact price discovery.
Taxpayer Impact: Taxpayers benefit from competition, though the exclusion of sources warrants scrutiny to ensure maximum value was achieved.
Public Impact
Ensures critical fire protection services at NASA Ames Research Center. Supports ongoing NASA operations and safety protocols. Provides employment opportunities within the support services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition due to exclusion of sources.
- Potential for price escalation in future options if competition is not fully restored.
Positive Signals
- Firm-fixed-price contract limits cost uncertainty.
- Award to an established provider ensures continuity of essential services.
Sector Analysis
This contract falls under the broad 'All Other Support Services' category. Spending in this sector is generally driven by agency operational needs, with significant variation based on the specific services required.
Small Business Impact
The awardee, Chenega Global Protection, LLC, is not listed as a small business. Analysis of subcontracting opportunities for small businesses is not provided in the data.
Oversight & Accountability
The contract is a task order under a larger agreement, implying some level of pre-award review. However, the 'Exclusion of Sources' aspect requires further oversight to ensure fairness and optimal pricing.
Related Government Programs
- All Other Support Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Limited competition due to exclusion of sources.
- Lack of detailed performance metrics.
- Potential for price increases in future if competition remains limited.
- No explicit small business subcontracting plan mentioned.
Tags
all-other-support-services, national-aeronautics-and-space-administr, ca, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $5.4 million to CHENEGA GLOBAL PROTECTION, LLC. NASA FIRE SERVICES CONTRACT (NFSC) AMES TASK ORDER (ARFF - OPTION B).
Who is the contractor on this award?
The obligated recipient is CHENEGA GLOBAL PROTECTION, 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 $5.4 million.
What is the period of performance?
Start: 2025-10-01. End: 2026-09-30.
What specific criteria led to the exclusion of sources in this full and open competition, and how did this impact the final price?
The exclusion of sources typically occurs when only one or a limited number of responsible sources can meet the government's needs due to unique capabilities, proprietary data, or urgent requirements. This can limit price competition, potentially leading to higher costs than if a broader range of vendors were able to bid. Further details on the justification for exclusion are needed to assess the price impact.
Are there any performance metrics or service level agreements tied to this task order to ensure effectiveness and value for money?
The provided data does not specify performance metrics or service level agreements (SLAs). For critical services like fire protection, robust SLAs are essential to ensure the contractor meets required response times, equipment readiness, and personnel qualifications. Without these, assessing the effectiveness and true value for money becomes challenging.
What is the historical performance of Chenega Global Protection, LLC on similar contracts, and how does it inform the risk assessment for this award?
Historical performance data for Chenega Global Protection, LLC on similar contracts is not included. A thorough risk assessment would involve reviewing past performance records, including on-time delivery, quality of service, and any past disputes or contract modifications. Positive past performance generally reduces the risk of award, while negative performance would increase it.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Other Support Services › All Other Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 14420 ALBEMARLE POINT PL STE 100, CHANTILLY, VA, 20151
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $7,026,590
Exercised Options: $7,026,590
Current Obligation: $5,410,474
Actual Outlays: $2,342,197
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80KSC022DA002
IDV Type: IDC
Timeline
Start Date: 2025-10-01
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-03-27
More Contracts from Chenega Global Protection, LLC
- Armed Security Guards for Atlanta&ft. Collins — $110.1M (Department of Health and Human Services)
- ATL FT Collins Guards Bridge — $33.3M (Department of Health and Human Services)
- Base Award for Security and Access Control Services in Support of Usag-Ka — $26.3M (Department of Defense)
- Services — $23.9M (Department of Health and Human Services)
- Nasa Protective Services Contract - South Region (npsc-Sr) KSC Task Order for Baseline and Pre-Priced Items — $16.7M (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 →