NASA awards $2.9M contract for program planning and business management support to Agile Decision Sciences
Contract Overview
Contract Amount: $2,908,787 ($2.9M)
Contractor: Agile Decision Sciences, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-04-01
End Date: 2026-03-31
Contract Duration: 364 days
Daily Burn Rate: $8.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: SCAN PROGRAM PLANNING & CONTROL (PP&C) AND BUSINESS MANAGEMENT SUPPORT
Place of Performance
Location: HUNTSVILLE, MADISON County, ALABAMA, 35806
State: Alabama Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.9 million to AGILE DECISION SCIENCES, LLC for work described as: SCAN PROGRAM PLANNING & CONTROL (PP&C) AND BUSINESS MANAGEMENT SUPPORT Key points: 1. Contract provides essential support for NASA's program planning and business management functions. 2. Agile Decision Sciences, LLC, a relatively new entity, secured this contract. 3. The contract duration is one year, aligning with typical project-based support needs. 4. The contract type is Cost Plus Fixed Fee, which can incentivize cost control but requires careful oversight. 5. This award represents a modest investment within NASA's broader operational budget. 6. The contract is for engineering services, a critical component of NASA's mission execution.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without more detailed cost breakdowns or comparisons to similar support services. The Cost Plus Fixed Fee structure necessitates close monitoring to ensure costs remain reasonable and do not escalate beyond the fixed fee. While the total award amount is not exceptionally large, its effectiveness will depend on the quality and impact of the planning and business management support provided.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, certain sources were excluded, suggesting a potentially limited pool of bidders. The specific reasons for exclusion are not detailed, which could impact the breadth of competition and potentially the price discovery process.
Taxpayer Impact: The limited competition may mean taxpayers did not benefit from the most competitive pricing achievable through a fully open process.
Public Impact
The primary beneficiaries are NASA's program management offices, receiving enhanced planning and business support. Services delivered include crucial program planning, control, and business management functions. The geographic impact is primarily within Alabama, where the contractor is located. Workforce implications include the direct employment by Agile Decision Sciences, LLC to fulfill this contract.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may have restricted price optimization.
- Cost Plus Fixed Fee contracts require diligent oversight to manage costs effectively.
- The contractor, Agile Decision Sciences, LLC, may have a limited track record on large federal contracts.
Positive Signals
- Contract supports critical NASA program planning and business management functions.
- The contract duration is clearly defined, allowing for focused execution.
- The award falls within the engineering services category, aligning with NASA's technical needs.
Sector Analysis
This contract falls within the Engineering Services sector, specifically supporting government program management and business operations. The market for such services is competitive, with numerous firms offering specialized support. NASA, as a major government agency, frequently procures these types of services to ensure efficient project execution and resource allocation. Comparable spending benchmarks would typically involve analyzing other contracts for program management support across various federal agencies.
Small Business Impact
The contract was not set aside for small businesses, nor does it indicate any specific subcontracting requirements for small businesses. This suggests that the primary focus was on securing the most capable provider through the chosen competition method, rather than specifically targeting small business participation.
Oversight & Accountability
Oversight will likely be managed by NASA's contracting officers and program managers responsible for the supported initiatives. Accountability measures will be tied to the performance metrics outlined in the Cost Plus Fixed Fee contract. Transparency is facilitated through federal contract databases, though detailed performance data may be internal to NASA.
Related Government Programs
- NASA Program Management Support Services
- Federal Engineering Consulting Contracts
- Government Business Management Support
Risk Flags
- Limited competition may impact price competitiveness.
- CPFF contract type requires diligent cost oversight.
- Contractor's track record may be limited.
Tags
nasa, engineering-services, program-planning, business-management, cost-plus-fixed-fee, limited-competition, alabama, federal-contract, it-support, professional-services
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.9 million to AGILE DECISION SCIENCES, LLC. SCAN PROGRAM PLANNING & CONTROL (PP&C) AND BUSINESS MANAGEMENT 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 $2.9 million.
What is the period of performance?
Start: 2025-04-01. End: 2026-03-31.
What is the track record of Agile Decision Sciences, LLC in securing and performing federal contracts?
Information on Agile Decision Sciences, LLC's track record is limited, as indicated by its relatively new status. While the company has secured this contract with NASA, further investigation into its past performance on other federal awards, client satisfaction, and adherence to contract terms would be necessary for a comprehensive assessment. The absence of extensive historical data necessitates a cautious approach to evaluating its reliability and capability for sustained, high-impact support.
How does the pricing structure (Cost Plus Fixed Fee) compare to industry standards for similar services?
The Cost Plus Fixed Fee (CPFF) contract type is common for services where the scope of work may evolve or is difficult to define precisely upfront. It allows the contractor to recover allowable costs plus a predetermined fixed fee representing profit. While this structure provides flexibility, it shifts some risk to the government, as costs can exceed initial estimates. Industry standards often favor fixed-price contracts for well-defined scopes to encourage cost efficiency. For CPFF contracts, robust oversight and detailed cost reporting are crucial to ensure value for money and prevent cost overruns.
What are the key performance indicators (KPIs) for this contract, and how will they be measured?
Specific Key Performance Indicators (KPIs) for this contract are not publicly detailed in the provided data. However, typical KPIs for program planning and business management support would likely include metrics related to the timeliness and accuracy of planning documents, efficiency of business process improvements, adherence to budget reporting, and overall contribution to program objectives. NASA's program managers would be responsible for establishing and monitoring these KPIs throughout the contract period to ensure the contractor meets performance expectations.
What is the historical spending pattern for program planning and business management support at NASA?
Historical spending patterns for program planning and business management support at NASA are substantial, reflecting the agency's complex mission and numerous large-scale projects. NASA consistently invests in these services to ensure efficient operations, strategic planning, and effective resource allocation across its various programs, from space exploration to aeronautics research. While this specific $2.9 million contract is a single award, it represents a small fraction of NASA's overall budget dedicated to program support, which can fluctuate annually based on agency priorities and project lifecycles.
What are the potential risks associated with a Cost Plus Fixed Fee contract for this type of service?
The primary risk with a Cost Plus Fixed Fee (CPFF) contract is the potential for cost escalation. While the fee is fixed, the 'cost' portion is reimbursable, meaning the government pays for the contractor's incurred expenses. If costs are not managed diligently by the contractor or if the scope expands without proper adjustment, the total expenditure can exceed initial projections. This necessitates strong government oversight, detailed cost accounting, and clear communication channels to ensure the contractor remains incentivized to control expenses while delivering the required services.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering 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: $2,950,358
Exercised Options: $2,950,358
Current Obligation: $2,908,787
Actual Outlays: $1,872,560
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80HQTR21D0003
IDV Type: IDC
Timeline
Start Date: 2025-04-01
Current End Date: 2026-03-31
Potential End Date: 2026-03-31 00:00:00
Last Modified: 2026-02-11
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 →