NASA Awards $5.4M Contract to MIT for Continued Development of Very Long Baseline Interferometry Stations
Contract Overview
Contract Amount: $5,416,027 ($5.4M)
Contractor: Massachusetts Institute of Technology
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-06-22
End Date: 2027-06-21
Contract Duration: 729 days
Daily Burn Rate: $7.4K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST NO FEE
Sector: IT
Official Description: THE PURPOSE OF THIS CONTRACT IS TO CONTINUE THE DEVELOPMENT AND MAINTENANCE OF NASA'S VERY LONG BASELINE INTERFEROMETRY (VLBI) STATIONS.
Place of Performance
Location: WESTFORD, MIDDLESEX County, MASSACHUSETTS, 01886
Plain-Language Summary
National Aeronautics and Space Administration obligated $5.4 million to MASSACHUSETTS INSTITUTE OF TECHNOLOGY for work described as: THE PURPOSE OF THIS CONTRACT IS TO CONTINUE THE DEVELOPMENT AND MAINTENANCE OF NASA'S VERY LONG BASELINE INTERFEROMETRY (VLBI) STATIONS. Key points: 1. This contract focuses on maintaining and developing NASA's Very Long Baseline Interferometry (VLBI) stations, crucial for space observation. 2. The awardee, Massachusetts Institute of Technology, is a leading research institution, suggesting strong technical capability. 3. The contract is not competed, raising questions about potential cost savings and market competitiveness. 4. The IT sector, specifically related to scientific research infrastructure, is the primary focus.
Value Assessment
Rating: fair
The contract value of $5.4 million over two years for specialized scientific infrastructure development and maintenance appears reasonable given the niche nature of VLBI technology. Benchmarking against similar, highly specialized research contracts is difficult due to limited public data.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not competed, indicating a sole-source award. This approach may limit price discovery and potentially lead to higher costs compared to a competitive process. The justification for sole-source is not provided.
Taxpayer Impact: Without competition, taxpayers may not benefit from the most cost-effective solution. The specialized nature of the work might necessitate a sole-source award, but transparency on cost justification is key.
Public Impact
Supports critical NASA scientific research infrastructure for space observation. Potential for advancements in astronomical data collection and analysis. Investment in advanced technological capabilities for scientific exploration.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for cost overruns without competitive pressure
Positive Signals
- Award to a reputable research institution
- Focus on critical scientific infrastructure
Sector Analysis
This contract falls within the IT and R&D sectors, specifically supporting advanced scientific research infrastructure. Spending in this area is often characterized by long-term investments in specialized technologies and expertise, with benchmarks varying widely based on project scope and uniqueness.
Small Business Impact
The contract was awarded to Massachusetts Institute of Technology, a large research institution, and there is no indication of small business involvement. This award does not appear to directly support small business initiatives.
Oversight & Accountability
The contract is a definitive contract awarded by NASA. Oversight will likely focus on project milestones, technical performance, and adherence to the cost-no-fee structure to ensure accountability for taxpayer funds.
Related Government Programs
- Colleges, Universities, and Professional Schools
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Sole-source award limits competition and potential cost savings.
- Lack of transparency regarding the justification for sole-source procurement.
- Potential for cost overruns due to absence of competitive bidding.
- No clear indication of performance metrics for evaluating success.
Tags
colleges-universities-and-professional-s, national-aeronautics-and-space-administr, ma, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $5.4 million to MASSACHUSETTS INSTITUTE OF TECHNOLOGY. THE PURPOSE OF THIS CONTRACT IS TO CONTINUE THE DEVELOPMENT AND MAINTENANCE OF NASA'S VERY LONG BASELINE INTERFEROMETRY (VLBI) STATIONS.
Who is the contractor on this award?
The obligated recipient is MASSACHUSETTS INSTITUTE OF TECHNOLOGY.
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: 2025-06-22. End: 2027-06-21.
What is the justification for awarding this contract on a sole-source basis, and what steps are being taken to ensure cost-effectiveness?
The justification for a sole-source award is not provided in the data. NASA should ensure rigorous cost analysis and potentially explore future competitive opportunities for maintenance or upgrades to mitigate the risks associated with a lack of competition and ensure taxpayer value.
How does the performance of these VLBI stations contribute to NASA's broader scientific objectives and mission success?
VLBI stations are crucial for precise astronomical measurements, enabling scientists to map celestial objects, study cosmic phenomena, and test fundamental physics. Their continued development and maintenance directly support NASA's goals in astrophysics, cosmology, and planetary science by providing essential observational capabilities.
Are there any performance metrics or key performance indicators (KPIs) associated with this contract to measure the success of the development and maintenance efforts?
The provided data does not specify performance metrics or KPIs for this contract. NASA should establish clear, measurable objectives related to station uptime, data quality, and technological advancements to effectively evaluate the contractor's performance and ensure the successful execution of the contract.
Industry Classification
NAICS: Educational Services › Colleges, Universities, and Professional Schools › Colleges, Universities, and Professional Schools
Product/Service Code: RESEARCH AND DEVELOPMENT › General Science and Technology R&D Services
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: COST NO FEE (S)
Evaluated Preference: NONE
Contractor Details
Address: 77 MASSACHUSETTS AVE, CAMBRIDGE, MA, 02139
Business Categories: Category Business, Corporate Entity Tax Exempt, Educational Institution, Higher Education, Nonprofit Organization, Not Designated a Small Business, Higher Education (Private), Higher Education (Public), Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $34,808,473
Exercised Options: $7,471,251
Current Obligation: $5,416,027
Actual Outlays: $1,226,088
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2025-06-22
Current End Date: 2027-06-21
Potential End Date: 2030-06-21 00:00:00
Last Modified: 2026-04-02
More Contracts from Massachusetts Institute of Technology
- Federal Contract — $3.2B (Department of Defense)
- 200507!000127!5700!fa8721!esc/Xpk !FA872105C0002 !A!N! !Y! ! !20050401!20100331!001425594!001425594!001425594!n!massachusetts Institute of TEC!77 Massachusetts AVE Ne49-!cambridge !ma!02139!11000!017!25!cambridge !middlesex !mass !+000010298000!n!n!003260606491!ac61!rdte/Electronics&communication Eq-Basic Research!s1 !services !000 !* !541990!E! !3! ! ! ! ! !20200930!B!A! !n!z!d!u!s!1!001!n!3a!z!y!d! ! !N!V!N! ! ! ! ! !a!a!000!a!c!n! ! ! !Y! ! !0001! ! — $3.0B (Department of Defense)
- Transition of Programs From MIT LL Contract FA8721-05-C-0002 to MIT LL Contract FA8702-15-D-0001 — $1.6B (Department of Defense)
- Massachusetts Institute of Technology: Lincoln Laboratory - Research and Development — $1.4B (Department of Defense)
- MIT LL Non-Severable Task Order Program 1815 — $1.0B (Department of Defense)
View all Massachusetts Institute of Technology federal contracts →
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 →