NASA awards $21.1M for Advanced Supercomputing Services to Inuteq, LLC, focusing on Maryland facilities
Contract Overview
Contract Amount: $21,130,040 ($21.1M)
Contractor: Inuteq, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-07-01
End Date: 2026-06-30
Contract Duration: 364 days
Daily Burn Rate: $58.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS AWARD FEE
Sector: IT
Official Description: NASA ADVANCED SUPER COMPUTING (NACS) GSFC PROCUREMENT TASK ORDER (OY7/CY8)
Place of Performance
Location: GREENBELT, PRINCE GEORGES County, MARYLAND, 20771
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $21.1 million to INUTEQ, LLC for work described as: NASA ADVANCED SUPER COMPUTING (NACS) GSFC PROCUREMENT TASK ORDER (OY7/CY8) Key points: 1. Value for money assessed through cost-plus award fee structure, incentivizing performance. 2. Full and open competition suggests a competitive market for these specialized services. 3. Risk indicators include reliance on a single awardee for critical computing infrastructure. 4. Performance context is tied to the duration of the task order and fee structure. 5. Sector positioning within IT services, specifically computer facilities management. 6. The contract's duration of one year requires ongoing monitoring for sustained value.
Value Assessment
Rating: good
The contract utilizes a Cost Plus Award Fee (CPAF) structure, which allows for performance-based incentives. This structure is generally considered good for services where performance can be objectively measured and rewarded, aligning contractor goals with agency objectives. Benchmarking against similar contracts for supercomputing facilities management is difficult without more granular data on specific services and infrastructure managed. However, the total award amount of $21.1M for a one-year period for advanced supercomputing services appears within a reasonable range for specialized IT infrastructure support.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. This method typically fosters a competitive environment, potentially leading to better pricing and service quality. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust competition was sought. This approach is ideal for ensuring the government receives the best value by leveraging market forces.
Taxpayer Impact: Taxpayers benefit from full and open competition through potentially lower prices and higher quality services due to the pressure of multiple bidders vying for the contract.
Public Impact
Scientists and researchers at NASA's Goddard Space Flight Center (GSFC) will benefit from continued access to advanced supercomputing resources. Essential services include the management and operation of complex computing facilities, supporting critical scientific missions. The geographic impact is primarily focused on Maryland, where the GSFC is located. Workforce implications may involve specialized IT and high-performance computing personnel employed by the contractor.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if award fee criteria are not met efficiently.
- Dependence on a single contractor for critical supercomputing infrastructure.
- Need for robust performance monitoring to ensure value is achieved under CPAF.
Positive Signals
- Award fee structure incentivizes high performance and efficiency.
- Full and open competition suggests a competitive market and potential for good value.
- Task order structure allows for flexibility and adaptation to evolving needs.
Sector Analysis
This contract falls within the Information Technology sector, specifically focusing on Computer Facilities Management Services (NAICS 541513). The market for high-performance computing (HPC) and supercomputing services is specialized and growing, driven by advancements in AI, scientific research, and data analytics. NASA's spending in this area is crucial for maintaining its leadership in space exploration and scientific discovery. Comparable spending benchmarks are difficult to establish precisely due to the unique nature of supercomputing infrastructure, but large federal agencies often invest tens to hundreds of millions annually in HPC resources.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As a task order under a larger procurement, it's possible that subcontracting opportunities may exist, but this is not explicitly detailed. The focus on specialized supercomputing services might limit the scope for broad small business participation unless specific components or support functions are outsourced.
Oversight & Accountability
Oversight for this contract will likely be managed by NASA's Goddard Space Flight Center contracting and program officials. The Cost Plus Award Fee (CPAF) structure necessitates diligent performance monitoring and evaluation to determine the award fee. Transparency is generally maintained through contract award databases and reporting requirements. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- NASA Advanced Supercomputing (NAS) Division
- High-Performance Computing Modernization Program (HPCMP)
- National Science Foundation (NSF) Supercomputing Centers
- Department of Energy (DOE) High Energy Physics Computing
Risk Flags
- Performance Risk: Reliance on CPAF requires robust monitoring to ensure objectives are met.
- Vendor Lock-in Risk: Single awardee for critical infrastructure.
- Technical Obsolescence Risk: Supercomputing technology evolves rapidly; contract needs to accommodate upgrades.
Tags
it-services, computer-facilities-management, nasa, goddard-space-flight-center, maryland, cost-plus-award-fee, full-and-open-competition, task-order, supercomputing, high-performance-computing
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $21.1 million to INUTEQ, LLC. NASA ADVANCED SUPER COMPUTING (NACS) GSFC PROCUREMENT TASK ORDER (OY7/CY8)
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 $21.1 million.
What is the period of performance?
Start: 2025-07-01. End: 2026-06-30.
What is the track record of Inuteq, LLC in providing similar advanced supercomputing services to federal agencies?
Information regarding Inuteq, LLC's specific track record in providing advanced supercomputing services, particularly to federal agencies, is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and client references. Federal procurement databases and agency performance information portals would be the primary sources for this analysis. Without this data, it is difficult to definitively assess their experience and capability in managing complex, high-performance computing environments critical for agencies like NASA. Further investigation into their past awards and performance reviews is recommended.
How does the $21.1M award compare to historical spending on similar NASA supercomputing contracts?
The $21.1 million award for a one-year period represents a significant investment in advanced supercomputing services. To compare this to historical spending, one would need to analyze NASA's budget allocations and contract awards for supercomputing facilities management over previous fiscal years. This includes looking at contracts with similar scope, duration, and technical requirements. Factors such as inflation, technological advancements, and changes in computing needs would need to be considered for a fair comparison. Without access to NASA's historical procurement data for supercomputing, a precise benchmark is challenging, but this amount suggests a substantial commitment to maintaining cutting-edge computational capabilities.
What are the primary risks associated with relying on a single contractor for critical supercomputing infrastructure?
Relying on a single contractor for critical supercomputing infrastructure presents several risks. Firstly, there's a risk of vendor lock-in, making it difficult and costly to switch providers if performance declines or needs change. Secondly, a single point of failure exists; if the contractor experiences financial instability, operational issues, or personnel shortages, it could directly impact NASA's research and mission continuity. Thirdly, reduced competition can lead to complacency and potentially higher costs over time, as the incentive to innovate or offer competitive pricing diminishes. Robust contract management, clear performance metrics, and contingency planning are essential to mitigate these risks.
How effectively does the Cost Plus Award Fee (CPAF) structure incentivize performance for supercomputing services?
The Cost Plus Award Fee (CPAF) structure is designed to incentivize contractor performance by linking a portion of the total compensation to the achievement of specific, measurable performance objectives. For supercomputing services, these objectives could include uptime, processing speed, energy efficiency, or response times for user support. When well-defined and rigorously evaluated, CPAF can align the contractor's efforts with the agency's goals, encouraging efficiency and quality. However, the effectiveness hinges on the clarity and objectivity of the award criteria and the diligence of the government's performance evaluation. Poorly defined criteria or subjective evaluations can undermine the incentive structure.
What are the potential implications of this contract for the broader supercomputing market and technological advancement?
This contract signifies continued federal investment in advanced computing capabilities, which can stimulate innovation within the supercomputing market. By awarding this contract through full and open competition, NASA signals demand for high-performance solutions, potentially encouraging vendors to invest in research and development. The specific requirements of the contract, such as the need for efficient management of complex facilities, could drive advancements in areas like cooling technologies, power management, and system optimization. Furthermore, the success of Inuteq, LLC under this contract could influence future procurement strategies and technological adoption across other federal agencies and the private sector.
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
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: $22,974,080
Exercised Options: $22,974,080
Current Obligation: $21,130,040
Actual Outlays: $796,962
Subaward Activity
Number of Subawards: 2
Total Subaward Amount: $796,292
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: 2025-07-01
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-03-17
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 →