NASA's NRESS-II Contract Awarded to Agile Decision Sciences for $8.3M, Spanning 5 Years
Contract Overview
Contract Amount: $8,296,208 ($8.3M)
Contractor: Agile Decision Sciences, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2021-02-01
End Date: 2026-07-31
Contract Duration: 2,006 days
Daily Burn Rate: $4.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: NRESS-II STMD SUPPORT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024
Plain-Language Summary
National Aeronautics and Space Administration obligated $8.3 million to AGILE DECISION SCIENCES, LLC for work described as: NRESS-II STMD SUPPORT Key points: 1. Contract value of $8.3M over 5 years for administrative services. 2. Competition method was 'Full and Open Competition After Exclusion of Sources'. 3. Risk appears moderate given the administrative nature of the service. 4. Sector is primarily administrative services, supporting NASA's STMD.
Value Assessment
Rating: fair
The contract is a Cost Plus Fixed Fee type, which can lead to higher costs if not managed carefully. Benchmarking against similar administrative support contracts is difficult without more detailed service descriptions.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The competition was 'Full and Open Competition After Exclusion of Sources', suggesting a specific reason for excluding certain sources. This method may limit price discovery compared to a truly open competition.
Taxpayer Impact: The $8.3M cost over five years represents taxpayer investment in essential administrative support for a critical NASA program.
Public Impact
Ensures continued administrative support for NASA's Space Technology Mission Directorate (STMD). Supports the operational efficiency of a key government agency. Potential for cost overruns inherent in Cost Plus Fixed Fee contracts.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contract type
- Limited competition method
Positive Signals
- Supports critical NASA mission
- Defined contract period
Sector Analysis
This contract falls within the administrative services sector, supporting a government agency. Benchmarks for administrative support services vary widely based on scope and complexity.
Small Business Impact
The contract data indicates that this award was not made to a small business. Further analysis would be needed to determine if small business participation was sought or achieved through subcontracting.
Oversight & Accountability
Oversight will be crucial to ensure the Cost Plus Fixed Fee structure does not lead to excessive costs and that the services provided meet NASA's requirements effectively.
Related Government Programs
- Office Administrative Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for cost overruns due to CPFF structure
- Limited competition may reduce price competitiveness
- Lack of detailed service scope hinders value assessment
- No indication of small business participation
Tags
office-administrative-services, national-aeronautics-and-space-administr, dc, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $8.3 million to AGILE DECISION SCIENCES, LLC. NRESS-II STMD SUPPORT
Who is the contractor on this award?
The obligated recipient is AGILE DECISION SCIENCES, 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: 2021-02-01. End: 2026-07-31.
What specific administrative services are included under NRESS-II, and how do they align with NASA's STMD needs?
The NRESS-II contract is for 'Office Administrative Services' supporting NASA's Space Technology Mission Directorate (STMD). While the exact scope isn't detailed, these services typically include tasks like document management, scheduling, travel arrangements, and general office support. The alignment with STMD needs would depend on how these administrative functions directly contribute to the directorate's research, development, and technology advancement goals.
What were the specific reasons for excluding certain sources in the 'Full and Open Competition After Exclusion of Sources' method?
The 'Full and Open Competition After Exclusion of Sources' method implies that while the competition was intended to be open, specific sources were deliberately excluded. This exclusion typically occurs due to reasons such as proprietary data, unique capabilities, or prior performance requirements that only a limited number of entities could meet. Understanding these specific exclusion criteria is key to assessing the true level of competition achieved.
How will NASA ensure cost-effectiveness and prevent potential overruns with a Cost Plus Fixed Fee contract for administrative services?
NASA will likely employ robust contract management and oversight. This includes detailed monitoring of incurred costs, regular performance reviews, and clear communication with the contractor to manage the fixed fee component. Establishing realistic cost targets and performance metrics, along with a strong understanding of the contractor's cost structure, are crucial for mitigating risks associated with Cost Plus Fixed Fee arrangements.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Office Administrative Services › Office Administrative 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: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Arctic Slope Regional Corporation
Address: 350 VOYAGER WAY STE 100B, HUNTSVILLE, AL, 35806
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $8,966,044
Exercised Options: $8,966,044
Current Obligation: $8,296,208
Actual Outlays: $7,365,644
Subaward Activity
Number of Subawards: 14
Total Subaward Amount: $3,444,114
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80HQTR21D0002
IDV Type: IDC
Timeline
Start Date: 2021-02-01
Current End Date: 2026-07-31
Potential End Date: 2026-07-31 00:00:00
Last Modified: 2026-02-19
More Contracts from Agile Decision Sciences, LLC
- CS Support Services of Major Programs — $143.2M (Department of Defense)
- Science Mission Directorate (SMD) Solicitation Peer Review Program Portfolio Support — $102.7M (National Aeronautics and Space Administration)
- Cybersecurity Support Services — $54.5M (Department of Defense)
- Nress-Ii Management and IT Support — $50.1M (National Aeronautics and Space Administration)
- 402 Software Engineering Group (sweg) Software Support Services — $46.7M (Department of Defense)
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 →