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

State: California Government Spending

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

Positive Signals

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

Risk Flags

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 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 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

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