NASA Awards $8.3M Contract to INUTEQ for NCCS Hardware, Software, and Services
Contract Overview
Contract Amount: $8,333,372 ($8.3M)
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: $22.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS AWARD FEE
Sector: IT
Official Description: THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROCURING THE HARDWARE, SOFTWARE, MAINTENANCE, SERVICES, OR SUPPORTING MATERIALS FOR THE NCCS, CISTO, AND/OR CODE 600 PARTNERS.
Place of Performance
Location: GREENBELT, PRINCE GEORGES County, MARYLAND, 20771
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $8.3 million to INUTEQ, LLC for work described as: THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROCURING THE HARDWARE, SOFTWARE, MAINTENANCE, SERVICES, OR SUPPORTING MATERIALS FOR THE NCCS, CISTO, AND/OR CODE 600 PARTNERS. Key points: 1. Contract focuses on essential IT infrastructure and support for NCCS, CISTO, and Code 600 partners. 2. INUTEQ, LLC secures the award under full and open competition. 3. The contract spans one year, from July 1, 2024, to June 30, 2025. 4. This award is a Delivery Order under a larger contract vehicle.
Value Assessment
Rating: good
The contract type is Cost Plus Award Fee, which incentivizes performance. The total award value is $8.3M for a 364-day period. Benchmarking against similar IT services contracts is difficult without more detailed scope, but the value appears reasonable for comprehensive support.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a competitive bidding process. This method generally leads to better price discovery and value for the government.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for necessary IT support.
Public Impact
Ensures continued operation and support for critical NASA IT systems (NCCS, CISTO). Supports the mission objectives of Code 600 partners through reliable IT services. Potential for innovation and improved service delivery through the award fee structure.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in the provided data.
- Potential for cost overruns with Cost Plus Award Fee contracts if not managed closely.
Positive Signals
- Awarded under full and open competition.
- Clear contract duration and start/end dates.
- Focus on essential IT support for critical NASA functions.
Sector Analysis
This contract falls under Computer Facilities Management Services, a segment of the broader IT services sector. Spending in this area is crucial for government agencies to maintain and upgrade their technological infrastructure, with benchmarks varying widely based on scope and complexity.
Small Business Impact
The data indicates the awardee is INUTEQ, LLC. There is no explicit mention of small business participation or subcontracting goals in the provided information, suggesting this award may not have specifically targeted small businesses.
Oversight & Accountability
The award is a Delivery Order, implying it's part of a larger Indefinite Delivery/Indefinite Quantity (IDIQ) or similar contract. Oversight would typically be managed by the contracting officer and program managers responsible for the NCCS and CISTO systems.
Related Government Programs
- Computer Facilities Management Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Contract type (CPAF) requires careful cost management.
- No explicit small business participation noted.
- Performance metrics for award fee not detailed.
- Potential for scope creep if not tightly managed.
Tags
computer-facilities-management-services, national-aeronautics-and-space-administr, md, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $8.3 million to INUTEQ, LLC. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROCURING THE HARDWARE, SOFTWARE, MAINTENANCE, SERVICES, OR SUPPORTING MATERIALS FOR THE NCCS, CISTO, AND/OR CODE 600 PARTNERS.
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 $8.3 million.
What is the period of performance?
Start: 2024-07-01. End: 2025-06-30.
What specific performance metrics will be used to determine the award fee for INUTEQ, LLC?
The provided data does not detail the specific performance metrics for the award fee. Typically, these metrics would be outlined in the contract's Statement of Work (SOW) and would cover areas such as system uptime, response times, user satisfaction, and adherence to security protocols. The contracting officer and program managers would evaluate INUTEQ's performance against these defined metrics.
What is the potential risk associated with the Cost Plus Award Fee (CPAF) contract type for this procurement?
The primary risk with CPAF is the potential for costs to exceed initial estimates, as the contractor is reimbursed for allowable costs plus a fee that includes a fixed component and an award component. Effective oversight and clearly defined performance standards are crucial to mitigate this risk and ensure the award fee truly reflects exceptional performance rather than just cost incurrence.
How does this contract contribute to the overall effectiveness of NASA's NCCS and CISTO operations?
This contract is vital for ensuring the continued operational effectiveness of NASA's core IT infrastructure, including the National Center for Computational Sciences (NCCS) and the Center for Information Science and Technology (CISTO). By securing necessary hardware, software, maintenance, and support, it prevents disruptions, maintains system performance, and allows researchers and staff to utilize critical computational and data resources efficiently.
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: $17,150,847
Exercised Options: $17,150,847
Current Obligation: $8,333,372
Actual Outlays: $8,249,654
Subaward Activity
Number of Subawards: 16
Total Subaward Amount: $7,257,913
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: 2026-02-12
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 →