NASA awards $7M+ contract for IT and cloud services to Inuteq, LLC
Contract Overview
Contract Amount: $7,027,294 ($7.0M)
Contractor: Inuteq, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2024-07-01
End Date: 2025-06-30
Contract Duration: 364 days
Daily Burn Rate: $19.3K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS AWARD FEE
Sector: IT
Official Description: SUPPORT WILL BE PROVIDED IN THE AREAS OF ADVANCED TECH, ON-PREMISES CLOUD COMPUTING, HIGH PERF COMPUTING, CENTRALIZED STORAGE SERVICES, OPS AND FACILITIES SUPPORT, DATA SCIENCE SERVICES, NETWORKING & SECURITY, USER SERVICES, AND OTHER SERVICES.
Place of Performance
Location: GREENBELT, PRINCE GEORGES County, MARYLAND, 20771
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $7.0 million to INUTEQ, LLC for work described as: SUPPORT WILL BE PROVIDED IN THE AREAS OF ADVANCED TECH, ON-PREMISES CLOUD COMPUTING, HIGH PERF COMPUTING, CENTRALIZED STORAGE SERVICES, OPS AND FACILITIES SUPPORT, DATA SCIENCE SERVICES, NETWORKING & SECURITY, USER SERVICES, AND OTHER SERVICES. Key points: 1. Contract focuses on a broad range of IT services including advanced tech, cloud computing, and data science. 2. Inuteq, LLC, a single awardee, will provide services over a 1-year period. 3. The contract type is Cost Plus Award Fee, which incentivizes performance but can lead to higher costs. 4. This award is a Delivery Order under a larger contract vehicle, indicating a specific need. 5. The contract is not set aside for small businesses, suggesting a focus on larger prime contractors. 6. Services will be performed in Maryland, indicating a specific geographic concentration of work.
Value Assessment
Rating: fair
The contract value of $7,027,294.20 for a 364-day period suggests a significant investment in IT infrastructure and support. Benchmarking this against similar IT service contracts is challenging without more specific details on the scope of 'advanced tech' and 'high perf computing'. The Cost Plus Award Fee (CPAF) structure allows for flexibility and performance incentives but also carries the risk of cost overruns if not managed tightly. The award amount appears reasonable for the breadth of services listed, but the ultimate value for money will depend on the contractor's ability to meet performance objectives and manage costs effectively.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but full and open competition generally fosters a competitive environment that can lead to better pricing and innovation. As a Delivery Order, it likely competed against other potential orders or taskings under a broader Indefinite Delivery/Indefinite Quantity (IDIQ) contract vehicle, suggesting a structured procurement process.
Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it increases the likelihood of receiving competitive pricing and high-quality services by allowing a wide range of qualified vendors to participate.
Public Impact
NASA personnel and operations will benefit from enhanced IT infrastructure, advanced technology support, and improved data science capabilities. The services delivered will support critical NASA missions by ensuring robust computing, networking, and user services. Work is concentrated in Maryland, potentially impacting the local IT workforce and economy. The contract supports a wide array of IT functions, from basic user services to complex high-performance computing, impacting various internal departments.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The Cost Plus Award Fee (CPAF) contract type can lead to higher final costs if award fees are consistently maximized, potentially exceeding fixed-price alternatives.
- Lack of specific bidder count for this delivery order makes it difficult to assess the true level of competition achieved.
- The broad scope of 'advanced tech' and 'high perf computing' could lead to scope creep if not precisely defined and managed.
- Performance metrics and award fee criteria are crucial for ensuring value; without them, cost control is uncertain.
Positive Signals
- Awarded under full and open competition, suggesting a robust selection process.
- The CPAF structure incentivizes contractor performance, potentially leading to higher quality service delivery.
- The contract covers a comprehensive suite of IT services, indicating a strategic approach to consolidating IT support.
- The contractor, Inuteq, LLC, is likely selected based on demonstrated capabilities in these specialized IT areas.
Sector Analysis
This contract falls within the Information Technology and Support Services sector, a critical area for government operations. The market for IT services, particularly those involving advanced technologies, cloud computing, and high-performance computing, is highly competitive and rapidly evolving. NASA, as a leading research and development agency, requires cutting-edge IT solutions. Spending benchmarks for similar comprehensive IT support contracts can vary widely based on scope, duration, and specific technological requirements, but this award appears to be within a typical range for a large federal agency's IT needs.
Small Business Impact
This contract was not set aside for small businesses, as indicated by 'sb': false. This suggests that the primary award went to a large business or that the competition was open to all responsible sources without specific small business preferences. There is no explicit mention of subcontracting requirements for small businesses within the provided data. The lack of a small business set-aside means that opportunities for small businesses to directly participate as prime contractors on this specific award are limited, though they might be involved as subcontractors if required by the prime.
Oversight & Accountability
Oversight for this contract will likely be managed by NASA's contracting officers and program managers, who are responsible for monitoring performance, costs, and compliance. As a Delivery Order under a larger contract vehicle, there may be existing oversight mechanisms tied to that vehicle. The Cost Plus Award Fee structure necessitates careful monitoring of performance metrics to ensure that award fees are justified. Transparency is typically facilitated through contract databases like FPDS, where basic award information is publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- NASA IT Services Contracts
- Cloud Computing Services
- High-Performance Computing Contracts
- Computer Facilities Management Services
- Advanced Technology Support Contracts
Risk Flags
- Potential for cost overruns due to CPAF structure
- Ambiguity in 'advanced tech' and 'high perf computing' scope
- Dependence on contractor's past performance for success
- Need for robust oversight to manage performance and costs
Tags
it-services, cloud-computing, high-performance-computing, data-science, nasa, maryland, cost-plus-award-fee, full-and-open-competition, delivery-order, computer-facilities-management-services, advanced-technology
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $7.0 million to INUTEQ, LLC. SUPPORT WILL BE PROVIDED IN THE AREAS OF ADVANCED TECH, ON-PREMISES CLOUD COMPUTING, HIGH PERF COMPUTING, CENTRALIZED STORAGE SERVICES, OPS AND FACILITIES SUPPORT, DATA SCIENCE SERVICES, NETWORKING & SECURITY, USER SERVICES, AND OTHER SERVICES.
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 $7.0 million.
What is the period of performance?
Start: 2024-07-01. End: 2025-06-30.
What is Inuteq, LLC's track record with NASA and other federal agencies for similar IT services?
Assessing Inuteq, LLC's track record requires a review of federal procurement databases (e.g., FPDS, SAM.gov) for past awards, performance evaluations (e.g., CPARS), and any reported issues. While the provided data indicates this is a significant award for IT and cloud services, details on their history with NASA or other agencies for comparable services are not present. A deeper dive would reveal their experience in areas like advanced technology, high-performance computing, and data science, and whether they have successfully managed Cost Plus Award Fee contracts previously. Their past performance is a key indicator of their ability to deliver on this new contract.
How does the $7M+ award value compare to similar IT support contracts at NASA or other agencies of similar size?
The $7,027,294.20 award for a 364-day period represents a substantial investment in IT services. To benchmark this value, one would compare it to contracts for similar scope (e.g., comprehensive IT management, cloud services, advanced computing) awarded by agencies like the Department of Defense, Department of Energy, or other science and technology-focused organizations. Factors such as the specific technologies involved (e.g., specialized HPC vs. general cloud), the level of security clearance required, and the geographic location of service delivery significantly influence pricing. Without these granular details, a precise comparison is difficult, but the amount suggests a contract covering a broad range of critical IT functions.
What are the primary risks associated with a Cost Plus Award Fee (CPAF) contract for these types of IT services?
The primary risk with a CPAF contract is the potential for costs to exceed initial estimates, as the contractor is reimbursed for allowable costs plus a fee that includes a base fee and an award amount tied to performance. If performance is consistently high, the total cost to the government can be greater than under a fixed-price contract. For IT services, risks also include scope creep, especially with broad categories like 'advanced tech,' and the difficulty in objectively measuring performance metrics to justify award fees. Effective oversight is crucial to ensure costs remain reasonable and award fees are earned legitimately.
How effective are NASA's current IT infrastructure and services, and how will this contract contribute to improvements?
The effectiveness of NASA's current IT infrastructure is not detailed in the provided data. However, the contract's scope, covering advanced tech, cloud computing, HPC, data science, and user services, suggests a strategic effort to modernize, enhance, or supplement existing capabilities. This contract is likely intended to address specific needs or gaps, improve operational efficiency, support new research initiatives, or upgrade aging systems. The success of this contract in contributing to improvements will depend on how well Inuteq, LLC meets the defined performance objectives and integrates its services with NASA's existing IT environment.
What has been NASA's historical spending on Computer Facilities Management Services (NAICS 541513) over the past 5 years?
To determine NASA's historical spending on NAICS code 541513 (Computer Facilities Management Services), one would need to query federal procurement data systems (like FPDS) for awards made by NASA under this specific code over the last five fiscal years. This analysis would reveal trends in spending, identify major contractors in this space, and provide context for the current $7M+ award. Such data would show whether this award represents an increase, decrease, or stable level of investment in these services for the agency.
Are there specific performance metrics or award fee criteria defined for this contract that indicate how value for money will be assessed?
The provided data specifies the contract type as 'Cost Plus Award Fee' (CPAF) but does not detail the specific performance metrics or award fee criteria. For a CPAF contract to deliver value for money, these criteria must be clearly defined, measurable, and aligned with NASA's objectives. They typically cover aspects like technical performance, schedule adherence, cost control, and customer satisfaction. Without access to the contract's Performance Work Statement (PWS) or other attachments, it's impossible to assess how rigorously value will be measured and whether the award fees truly reflect exceptional performance or merely satisfactory completion.
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
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: $7,755,281
Exercised Options: $7,755,281
Current Obligation: $7,027,294
Actual Outlays: $6,955,067
Subaward Activity
Number of Subawards: 19
Total Subaward Amount: $3,193,910
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: 2024-07-01
Current End Date: 2025-06-30
Potential End Date: 2025-06-30 00:00:00
Last Modified: 2026-02-11
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 →