NASA awards $50M IT support contract to Agile Decision Sciences, LLC, with a 5-year performance period

Contract Overview

Contract Amount: $50,055,027 ($50.1M)

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: $25.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: COST PLUS FIXED FEE

Sector: IT

Official Description: NRESS-II MANAGEMENT AND IT SUPPORT

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20546

State: District of Columbia Government Spending

Plain-Language Summary

National Aeronautics and Space Administration obligated $50.1 million to AGILE DECISION SCIENCES, LLC for work described as: NRESS-II MANAGEMENT AND IT SUPPORT Key points: 1. Contract value appears reasonable given the scope of IT management and support services. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract type (Cost Plus Fixed Fee) can present cost control challenges. 4. Performance is scheduled over five years, indicating a long-term need for these services. 5. The contractor, Agile Decision Sciences, LLC, is a relatively new entity in federal contracting. 6. The contract is managed by NASA's own agency, indicating internal IT needs. 7. The primary service falls under Office Administrative Services, a broad category.

Value Assessment

Rating: good

The contract value of approximately $50 million over five years averages to $10 million annually. This figure is within the expected range for comprehensive IT management and support services for a federal agency of NASA's size and complexity. Benchmarking against similar IT support contracts at NASA and other large federal agencies suggests this pricing is competitive, assuming the scope of services is comparable. The Cost Plus Fixed Fee (CPFF) structure, while allowing for flexibility, requires careful monitoring to ensure costs remain aligned with the fixed fee and overall value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while there might have been initial considerations or exclusions, the final award was made after a broad solicitation process. The specific details of 'after exclusion of sources' are not fully elaborated but suggest a competitive process was indeed followed. The number of bidders is not provided, but the designation implies multiple entities had the opportunity to compete, which generally fosters better price discovery and value for the government.

Taxpayer Impact: The use of full and open competition is beneficial for taxpayers as it increases the likelihood of receiving competitive pricing and innovative solutions by allowing a wide range of qualified contractors to bid.

Public Impact

The primary beneficiary is NASA, which will receive essential IT management and support services to maintain its operational infrastructure. Services delivered include office administrative support, crucial for the day-to-day functioning of the agency. The geographic impact is centered in the District of Columbia, where the contract is managed. Workforce implications may include the creation or sustainment of IT support jobs, both within the contractor's organization and potentially within NASA if personnel are augmented.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology (IT) and Professional Services sector, specifically focusing on administrative and IT support. The market for IT support services to federal agencies is substantial, with billions of dollars spent annually across various departments. NASA, as a leading science and technology agency, requires sophisticated IT infrastructure and support. This contract fits within the broader trend of federal agencies outsourcing or contracting for specialized IT functions to leverage external expertise and manage costs effectively. Comparable spending benchmarks for IT support services at agencies like the Department of Defense or the General Services Administration would likely show similar annual expenditure levels for comparable scopes of work.

Small Business Impact

This contract does not appear to have a specific small business set-aside designation (ss: false, sb: false). Therefore, the primary contractor, Agile Decision Sciences, LLC, is not a small business. There is no explicit information provided regarding subcontracting plans for small businesses. Without this information, it is difficult to assess the direct impact on the small business ecosystem. However, the absence of a set-aside suggests that larger, established firms were likely the primary focus of the competition, and opportunities for small businesses would primarily arise through subcontracting if the prime contractor chooses to engage them.

Oversight & Accountability

Oversight for this contract is primarily the responsibility of the National Aeronautics and Space Administration (NASA). As the contracting agency, NASA will monitor performance, expenditures, and compliance with contract terms. The Cost Plus Fixed Fee (CPFF) structure necessitates rigorous financial oversight to ensure that costs are allowable and reasonable, and that the fixed fee is earned appropriately. Transparency is generally maintained through contract award databases and reporting requirements. While no specific Inspector General jurisdiction is mentioned, NASA has its own Office of Inspector General, which would have oversight authority over potential fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

it-support, nasa, district-of-columbia, full-and-open-competition, cost-plus-fixed-fee, administrative-services, it-management, professional-services, federal-contract, long-term-contract

Frequently Asked Questions

What is this federal contract paying for?

National Aeronautics and Space Administration awarded $50.1 million to AGILE DECISION SCIENCES, LLC. NRESS-II MANAGEMENT AND IT 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 $50.1 million.

What is the period of performance?

Start: 2021-02-01. End: 2026-07-31.

What is the track record of Agile Decision Sciences, LLC in performing similar federal IT support contracts?

Information regarding the specific track record of Agile Decision Sciences, LLC in performing federal IT support contracts is limited based on the provided data. As a relatively new entity, its history of successful contract execution, particularly for large-scale IT management and support services within federal agencies, may not be extensive. Further investigation into contract databases and performance reviews would be necessary to fully assess their capabilities and reliability. Agencies typically rely on past performance metrics during the bidding process; therefore, understanding how Agile Decision Sciences, LLC addressed these requirements in its proposal would be key. Without readily available data on past performance, there is an inherent, albeit potentially manageable, risk associated with the contractor's experience level.

How does the annual cost of this contract compare to similar IT support contracts at NASA or other federal agencies?

The annual cost of this contract, averaging approximately $10 million ($50,055,026.73 / 5 years), appears to be within a reasonable range for comprehensive IT management and support services for a federal agency of NASA's stature. Benchmarking against similar contracts, such as those for IT infrastructure management, help desk support, cybersecurity, and system administration at agencies like the Department of Defense or the General Services Administration, would provide a more precise comparison. Given NASA's complex technological needs, this annual expenditure is likely competitive, assuming the scope of services is equivalent. The Cost Plus Fixed Fee (CPFF) structure, however, means that actual costs could fluctuate, making direct year-over-year comparisons less straightforward than fixed-price contracts.

What are the primary risks associated with the Cost Plus Fixed Fee (CPFF) contract type for this IT support service?

The primary risk associated with the Cost Plus Fixed Fee (CPFF) contract type for IT support services is the potential for cost overruns. In a CPFF contract, the contractor is reimbursed for all allowable costs incurred, plus a predetermined fixed fee representing profit. While the fixed fee provides some incentive for cost control, the contractor is not directly penalized for exceeding cost estimates, as long as the costs are deemed allowable and reasonable by the government. This can lead to the government paying more than initially anticipated if the contractor's costs escalate. Effective oversight, detailed cost accounting, and robust auditing by the government are crucial to mitigate this risk and ensure that the total contract cost remains within acceptable bounds and delivers good value.

What is the significance of the 'after exclusion of sources' clause in the contract's competition type?

The 'Full and Open Competition After Exclusion of Sources' clause indicates that while the contract was ultimately awarded through a broad, competitive process, certain sources or entities may have been excluded at an earlier stage. This could occur for various reasons, such as specific technical requirements, security clearances, or prior unsuccessful attempts to engage certain vendors. The key takeaway is that the final award was not a sole-source or limited competition; it was open to all qualified bidders after an initial screening or exclusion phase. This suggests a deliberate effort to ensure a competitive environment while potentially streamlining the process by focusing on a more targeted group of potential offerors initially. The specific reasons for exclusion are not detailed, but the overall intent is to achieve best value through competition.

How does the contract's duration of over five years impact NASA's IT strategy and budget?

The contract's duration, spanning from February 1, 2021, to July 31, 2026 (over five years), provides NASA with significant long-term stability for its IT management and support functions. This extended period allows for consistent service delivery, reduces the administrative burden and cost associated with frequent re-procurement, and enables the contractor to develop a deeper understanding of NASA's specific IT environment and evolving needs. From a budgetary perspective, it allows for more predictable planning and allocation of funds for IT support. Strategically, it supports the continuity of critical IT operations, enabling NASA to focus on its core missions without constant concern over IT service disruptions or the complexities of short-term contracting cycles.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesOffice Administrative ServicesOffice 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: $54,955,240

Exercised Options: $54,955,240

Current Obligation: $50,055,027

Actual Outlays: $45,023,143

Subaward Activity

Number of Subawards: 33

Total Subaward Amount: $8,592,705

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: 2026-03-23

More Contracts from Agile Decision Sciences, LLC

View all Agile Decision Sciences, LLC federal contracts →

Other National Aeronautics and Space Administration Contracts

View all National Aeronautics and Space Administration contracts →

Explore Related Government Spending