NASA awards $2.87M task order to Inuteq, LLC for advanced computing services
Contract Overview
Contract Amount: $2,869,195 ($2.9M)
Contractor: Inuteq, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-12-01
End Date: 2026-06-30
Contract Duration: 211 days
Daily Burn Rate: $13.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: CPFF IDIQ 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 $2.9 million to INUTEQ, LLC for work described as: CPFF IDIQ TECHNICAL SERVICES TASK ORDER UNDER NASA ADVANCED COMPUTING SERVICES (NACS) CONTRACT. Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. Task order is a Cost Plus Fixed Fee (CPFF) type, which can shift some cost risk to the government. 3. The contract duration is 211 days, indicating a short-term need for services. 4. The award is a delivery order under a larger IDIQ contract, typical for flexible service acquisition. 5. The specific NAICS code (541513) points to computer facilities management services. 6. The contract is not set aside for small businesses, nor does it appear to have subcontracting requirements mentioned.
Value Assessment
Rating: fair
The total award amount is $2.87 million. Without specific details on the services rendered or comparable contracts for similar advanced computing support under NASA's NACS program, a precise value-for-money assessment is challenging. The CPFF contract type means that while the contractor's fee is fixed, the total cost can vary based on actual expenses, requiring diligent oversight to ensure cost efficiency. Benchmarking against other task orders under the same IDIQ or similar NASA IT service contracts would be necessary for a more robust comparison.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under a full and open competition, indicating that all responsible sources were permitted to submit bids. The specific number of bidders is not provided, but the 'full and open' designation generally implies a robust competitive environment. This approach is intended to foster price discovery and ensure the government receives competitive pricing by allowing a wide range of potential contractors to participate.
Taxpayer Impact: A full and open competition process is generally favorable for taxpayers as it increases the likelihood of obtaining services at the most competitive price, thereby maximizing the value of federal dollars spent.
Public Impact
The primary beneficiary is the National Aeronautics and Space Administration (NASA), which will receive advanced computing services. The services delivered are related to computer facilities management, crucial for supporting NASA's complex research and operational needs. The geographic impact is likely concentrated around the facility where the services are performed, though the exact location is not specified beyond the state of California. Workforce implications may include the direct employment of individuals with specialized skills in advanced computing and facility management by the contractor, Inuteq, LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee (CPFF) contract type can lead to cost overruns if not closely monitored.
- Lack of specific performance metrics or deliverables in the provided data makes it difficult to assess performance outcomes.
- The contract is a delivery order under an IDIQ, which can sometimes lead to less detailed scope definition compared to standalone contracts.
Positive Signals
- Awarded through full and open competition, suggesting a competitive pricing environment.
- The contractor, Inuteq, LLC, is performing services under an existing NASA IDIQ contract, implying some level of pre-qualification.
- The contract has a defined end date, providing a clear timeframe for service delivery.
Sector Analysis
This contract falls within the Information Technology (IT) sector, specifically focusing on computer facilities management. The IT services market is vast and highly competitive, with government spending on IT infrastructure and support services representing a significant portion of federal IT budgets. Contracts like this are essential for agencies like NASA to maintain and upgrade their computing capabilities, which are critical for scientific research, data analysis, and mission operations. Comparable spending benchmarks would typically involve analyzing other IT support contracts awarded by NASA or other federal agencies for similar services and contract types.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This means the competition was open to businesses of all sizes. There is no explicit mention of subcontracting requirements for small businesses within this specific task order. Therefore, the direct impact on the small business ecosystem from this particular award is likely minimal, unless Inuteq, LLC voluntarily engages small businesses as subcontractors.
Oversight & Accountability
Oversight for this contract would primarily fall under the National Aeronautics and Space Administration (NASA). As a Cost Plus Fixed Fee (CPFF) contract, NASA's contracting officers and technical representatives will need to closely monitor Inuteq, LLC's incurred costs to ensure they align with the fixed fee and the overall scope of work. Transparency is facilitated through contract reporting mechanisms. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- NASA Advanced Computing Services (NACS)
- IT Facilities Management Services
- Computer Systems Design Services
- Cloud Computing Services
- High-Performance Computing
Risk Flags
- CPFF contract type requires diligent cost oversight.
- Performance metrics not detailed, making outcome assessment difficult.
- Potential for cost overruns in CPFF contracts.
- Reliance on contractor's technical expertise and performance history.
Tags
it-services, nasa, california, delivery-order, cpff, full-and-open-competition, computer-facilities-management, advanced-computing, idiq, large-business
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.9 million to INUTEQ, LLC. CPFF IDIQ 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 $2.9 million.
What is the period of performance?
Start: 2025-12-01. End: 2026-06-30.
What is the track record of Inuteq, LLC with NASA or other federal agencies for similar advanced computing services?
A review of federal procurement data would be necessary to fully assess Inuteq, LLC's track record. However, the fact that they were awarded a task order under NASA's Advanced Computing Services (NACS) IDIQ suggests they have met the pre-qualification criteria for that contract vehicle. Further analysis would involve examining past performance evaluations, any reported contract disputes, and the types and values of previous contracts awarded to Inuteq, LLC by federal agencies. Understanding their history with similar IT facilities management or advanced computing tasks would provide insight into their capability and reliability.
How does the pricing structure (Cost Plus Fixed Fee) of this task order compare to industry standards for similar services?
Cost Plus Fixed Fee (CPFF) contracts are common in government contracting, particularly for services where the scope may evolve or is difficult to define precisely upfront. The 'cost' portion covers allowable direct and indirect costs incurred by the contractor, while the 'fixed fee' represents the contractor's profit, which is negotiated at the outset and remains constant regardless of the final cost. For advanced computing services, CPFF can be appropriate, but it places a greater burden on the government to meticulously track and audit costs. Industry standards vary, but a well-defined fixed fee, coupled with robust cost oversight, is crucial for ensuring value. Benchmarking the fee percentage against similar IT services contracts would be informative.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this task order, and how will performance be measured?
The provided data does not specify the key performance indicators (KPIs) or service level agreements (SLAs) for this task order. Typically, for IT facilities management and advanced computing services, KPIs might include system uptime, response times for issue resolution, data processing speeds, security compliance metrics, and adherence to project timelines. NASA's technical representatives would be responsible for monitoring Inuteq, LLC's performance against these agreed-upon metrics. The effectiveness of the contract hinges on clearly defined and measurable performance standards within the task order's statement of work.
What is the historical spending pattern for advanced computing services at NASA, and how does this award fit within that context?
Historical spending on advanced computing services at NASA is substantial, driven by the agency's mission-critical research and space exploration endeavors. NASA consistently invests in high-performance computing, data analytics, and simulation capabilities. This $2.87 million task order, awarded under the NACS IDIQ, represents a specific allocation for computer facilities management. To understand its context, one would need to analyze NASA's overall IT budget, its spending trends on computing infrastructure over several fiscal years, and the proportion allocated to IDIQ contract vehicles versus other procurement methods. This award appears to be a component of NASA's ongoing strategy to maintain and enhance its computing infrastructure.
Are there any identified risks associated with the contractor (Inuteq, LLC) or the nature of the services being procured?
Potential risks associated with this contract include those inherent in CPFF contracts, such as the potential for cost growth if not managed effectively. Specific risks related to Inuteq, LLC would require a deeper dive into their performance history, financial stability, and any past issues with contract compliance. For the services themselves, risks could involve cybersecurity vulnerabilities, potential disruptions to critical computing operations if performance falters, and the challenge of keeping advanced computing infrastructure up-to-date with rapidly evolving technology. The 'fair' rating for value assessment suggests some level of uncertainty or potential for suboptimal value without further information.
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 FIXED FEE (U)
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: $4,178,474
Exercised Options: $4,178,474
Current Obligation: $2,869,195
Actual Outlays: $382,015
Subaward Activity
Number of Subawards: 2
Total Subaward Amount: $194,697
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: 2025-12-01
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 →