NASA awards $3M contract for fire services at Wallops Flight Facility to Chenega Global Protection
Contract Overview
Contract Amount: $3,027,980 ($3.0M)
Contractor: Chenega Global Protection, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-10-01
End Date: 2026-09-30
Contract Duration: 364 days
Daily Burn Rate: $8.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NASA WALLOPS FLIGHT FACILITY FIRE SERVICES SUPPORT.
Place of Performance
Location: WALLOPS ISLAND, ACCOMACK County, VIRGINIA, 23337
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $3.0 million to CHENEGA GLOBAL PROTECTION, LLC for work described as: NASA WALLOPS FLIGHT FACILITY FIRE SERVICES SUPPORT. Key points: 1. Contract value appears reasonable for specialized emergency response services. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. No immediate risk indicators are apparent from the contract details provided. 4. This contract supports critical infrastructure at a key NASA research and development site. 5. The award falls within the broader category of support services for government facilities.
Value Assessment
Rating: good
The contract value of approximately $3 million over two years for fire services at a NASA facility seems within a reasonable range for specialized emergency response. Benchmarking against similar contracts for fire suppression and emergency medical services at federal installations would provide a more precise value-for-money assessment. However, given the critical nature of supporting a flight facility, the pricing is likely influenced by the need for rapid response, specialized equipment, and trained personnel.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the initial solicitation may have had some exclusions, the final award was made through a broad competitive process. The number of bidders is not specified, but this method generally aims to maximize competition and ensure fair pricing. The level of competition is expected to drive cost-effectiveness for the government.
Taxpayer Impact: The use of full and open competition is beneficial for taxpayers as it encourages multiple vendors to bid, potentially leading to lower prices and better service quality through competitive pressure.
Public Impact
The primary beneficiaries are NASA and its personnel at the Wallops Flight Facility, ensuring their safety and operational continuity. The services delivered include fire suppression, emergency medical response, and potentially hazardous materials incident management. The geographic impact is localized to the Wallops Flight Facility in Virginia. The contract supports a workforce of trained firefighters and emergency responders, contributing to local employment in specialized fields.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Awarded through full and open competition, indicating a robust bidding process.
- Contract duration of two years provides stability for service delivery.
- Firm Fixed Price contract type helps control costs for the government.
Sector Analysis
This contract falls within the broader 'Support Services' sector, specifically focusing on emergency response and facility support. The market for such services is competitive, with numerous private companies offering specialized fire and emergency services to government agencies. NASA's Wallops Flight Facility requires highly specialized fire protection due to the nature of its operations, including rocket launches and research activities, which may involve hazardous materials and unique fire risks. Comparable spending benchmarks would typically be found in contracts for fire services at other federal research centers, military bases, or airports.
Small Business Impact
The contract details indicate that small business participation was not a primary set-aside consideration for this specific award (ss: false, sb: false). While Chenega Global Protection, LLC is a large business, the analysis does not preclude potential subcontracting opportunities for small businesses within their service delivery. Further investigation into the contractor's subcontracting plan would be necessary to assess the direct impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would typically be managed by the NASA contracting officer and the technical point of contact at the Wallops Flight Facility. Performance monitoring, adherence to service level agreements, and financial accountability are standard oversight mechanisms. Transparency is generally maintained through contract award databases and reporting requirements. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- NASA Facility Support Contracts
- Federal Firefighting Services
- Emergency Response Contracts
- Aerospace Support Services
Tags
nasa, wallops-flight-facility, fire-services, chenega-global-protection, full-and-open-competition, firm-fixed-price, support-services, virginia, aerospace, emergency-response
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $3.0 million to CHENEGA GLOBAL PROTECTION, LLC. NASA WALLOPS FLIGHT FACILITY FIRE SERVICES SUPPORT.
Who is the contractor on this award?
The obligated recipient is CHENEGA GLOBAL PROTECTION, 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 $3.0 million.
What is the period of performance?
Start: 2025-10-01. End: 2026-09-30.
What is the track record of Chenega Global Protection, LLC in providing similar fire services to federal agencies?
Chenega Global Protection, LLC, as part of the larger Chenega Corporation, has a significant presence in providing security, logistics, and facility support services to various U.S. government agencies, including the Department of Defense and other civilian agencies. Their experience often includes protective services, which can encompass emergency response and fire management. A detailed review of their past performance on similar federal contracts, including customer satisfaction ratings, past performance evaluations, and any history of contract disputes or corrective actions, would be necessary to fully assess their suitability and reliability for this specific NASA requirement. Publicly available contract databases and federal procurement records can offer insights into their contract history and performance trends.
How does the awarded price compare to market rates for similar fire services at aerospace facilities?
The awarded contract value of approximately $3.03 million over two years (364 days) for fire services at NASA's Wallops Flight Facility needs to be benchmarked against similar contracts. Factors influencing this price include the specialized nature of aerospace operations, the need for 24/7 readiness, advanced equipment, and highly trained personnel capable of handling unique risks (e.g., rocket propellants, high-pressure systems). Without specific data on per-unit costs (e.g., cost per firefighter, cost per emergency response), a direct comparison is challenging. However, contracts for fire and emergency services at comparable federal research centers or military installations with similar operational complexities can serve as benchmarks. The 'Full and Open Competition' award method suggests that the price achieved is likely competitive within the market for such specialized services.
Are there any identified risks associated with this contract or the contractor?
Based on the provided data, there are no explicit risk flags (rf) or stated concerns (wi.f) associated with this specific contract award to Chenega Global Protection, LLC. The contract utilizes a Firm Fixed Price (FFP) type, which generally shifts cost risk to the contractor, a positive indicator for the government. The competition method was 'Full and Open Competition After Exclusion of Sources,' suggesting a thorough vetting process. However, a comprehensive risk assessment would typically involve reviewing the contractor's financial stability, past performance history for any significant issues (e.g., safety violations, contract terminations, litigation), and the specific technical challenges of providing fire services at a unique facility like Wallops. The duration of the contract (364 days) is relatively short, which can sometimes indicate a lower risk tolerance or a need for re-evaluation of services.
What is the historical spending pattern for fire services at NASA Wallops Flight Facility?
The provided data only details the current contract award. To understand historical spending patterns for fire services at NASA Wallops Flight Facility, one would need to access historical contract databases (e.g., FPDS-NG, SAM.gov). This would involve searching for previous contracts awarded for fire suppression, emergency response, or related support services at this specific location. Analyzing these past awards would reveal the total amount spent over previous fiscal years, the incumbent contractors, the competition levels for prior awards, and the contract types used. This historical context is crucial for identifying trends, assessing cost growth or reduction over time, and understanding the stability of service providers at the facility.
How does the contract's duration and value align with the scope of services required for a NASA flight facility?
The contract has a duration of 364 days (approximately one year) and a value of $3,027,979.66. This duration is relatively short for a critical service like fire protection at a major federal facility. Typically, such contracts might be awarded for longer base periods with option years to ensure continuity and leverage economies of scale. The value, averaging roughly $3 million per year, suggests a significant operational requirement. The short duration could indicate that this is a bridge contract, a contract for a specific project phase, or that NASA intends to re-compete the requirement frequently. It might also suggest a lower perceived risk or a desire for flexibility. However, for essential services like fire safety, longer-term contracts are often preferred to foster stability and contractor investment in specialized resources.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Other Support Services › All Other Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 14420 ALBEMARLE POINT PL STE 100, CHANTILLY, VA, 20151
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,560,928
Exercised Options: $3,560,928
Current Obligation: $3,027,980
Actual Outlays: $1,186,976
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80KSC022DA002
IDV Type: IDC
Timeline
Start Date: 2025-10-01
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-01-13
More Contracts from Chenega Global Protection, LLC
- Armed Security Guards for Atlanta&ft. Collins — $110.1M (Department of Health and Human Services)
- ATL FT Collins Guards Bridge — $33.3M (Department of Health and Human Services)
- Base Award for Security and Access Control Services in Support of Usag-Ka — $26.3M (Department of Defense)
- Services — $23.9M (Department of Health and Human Services)
- Nasa Protective Services Contract - South Region (npsc-Sr) KSC Task Order for Baseline and Pre-Priced Items — $16.7M (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 →