NASA's NRESS-II HRP Support Contract Awarded to Agile Decision Sciences for $4.87M
Contract Overview
Contract Amount: $4,874,978 ($4.9M)
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: $2.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: NRESS-II HRP SUPPORT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024
Plain-Language Summary
National Aeronautics and Space Administration obligated $4.9 million to AGILE DECISION SCIENCES, LLC for work described as: NRESS-II HRP SUPPORT Key points: 1. Contract focuses on office administrative services, a common government need. 2. Agile Decision Sciences, LLC is the sole awardee for this specific delivery order. 3. The contract type is Cost Plus Fixed Fee, which can lead to cost overruns if not managed carefully. 4. The duration extends over five years, indicating a long-term need for these services.
Value Assessment
Rating: fair
The Cost Plus Fixed Fee contract type, while allowing flexibility, carries inherent risks of cost escalation. Benchmarking against similar administrative service contracts is difficult without more detailed cost breakdowns.
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, suggesting a competitive process was intended. However, the specific reason for excluding other sources needs further clarification to fully assess price discovery.
Taxpayer Impact: The $4.87M award represents taxpayer investment in essential administrative support for NASA's programs.
Public Impact
Ensures continued administrative support for critical NASA operations. Potential for cost efficiencies through competitive bidding. Long-term contract may impact budget predictability for administrative services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contract type
- Long contract duration
Positive Signals
- Full and open competition utilized
Sector Analysis
This contract falls under administrative services, a broad category supporting various government functions. Spending in this sector is generally stable, driven by operational needs across agencies.
Small Business Impact
The contract data indicates that small business participation was not a factor in this specific award (sb: false). Further analysis would be needed to determine if small businesses were excluded or if the prime contractor is expected to subcontract.
Oversight & Accountability
Oversight will be crucial to manage the Cost Plus Fixed Fee structure and ensure the contractor delivers services within the allocated budget and meets performance expectations.
Related Government Programs
- Office Administrative Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Cost Plus Fixed Fee contract type
- Potential for cost overruns
- Limited visibility into specific administrative services provided
- Long contract duration may reduce flexibility
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 $4.9 million to AGILE DECISION SCIENCES, LLC. NRESS-II HRP 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 $4.9 million.
What is the period of performance?
Start: 2021-02-01. End: 2026-07-31.
What specific administrative services are included under NRESS-II HRP Support, and how do they align with NASA's strategic goals?
The contract covers office administrative services, which are fundamental to the day-to-day operations of any large organization like NASA. These services likely include tasks such as record management, scheduling, communication support, and general office assistance. Their alignment with strategic goals is indirect but essential, as efficient administrative functions free up technical and scientific personnel to focus on core mission objectives, thereby supporting overall program success and research advancement.
What are the primary risks associated with the Cost Plus Fixed Fee contract type for this administrative support service?
The primary risk with a Cost Plus Fixed Fee (CPFF) contract is the potential for cost overruns. While the fee is fixed, the government bears the risk of increased costs incurred by the contractor. For administrative services, this could manifest if unforeseen complexities arise in managing office operations, or if the contractor's initial cost estimates were inaccurate. Effective government oversight is critical to monitor costs and ensure the contractor operates efficiently to avoid exceeding the estimated cost ceiling.
How does the 'full and open competition after exclusion of sources' clause impact the overall value and effectiveness of this contract?
This clause suggests that while the competition was intended to be broad, specific sources were excluded for stated reasons. This could potentially limit the pool of qualified bidders, possibly impacting the final price and the range of innovative solutions considered. The effectiveness hinges on whether the exclusion was justified and if the remaining competitors still provided sufficient price pressure and technical merit to ensure good value for the government and taxpayers.
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: $5,748,348
Exercised Options: $5,748,348
Current Obligation: $4,874,978
Actual Outlays: $4,331,030
Subaward Activity
Number of Subawards: 14
Total Subaward Amount: $3,061,723
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: 2026-02-26
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 →