NASA awards $50,000 for overtime support services to Tatitlek Federal Services LLC
Contract Overview
Contract Amount: $50,000 ($50.0K)
Contractor: Tatitlek Federal Services LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-08-01
End Date: 2026-07-31
Contract Duration: 364 days
Daily Burn Rate: $137/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: HEADQUARTERS OPERATIONAL SUPPORT SERVICES (HOSS) II - OVERTIME/OTHER DIRECT COSTS TO SUPPORT VARIOUS SPECIAL EVENTS OUTSIDE OF THE NORMAL DUTY HOURS THAT MAY REQUIRE SOME OR ALL OF THE SUPPORT SERVICES DETAILED IN THE HOSS II CONTRACT.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20546
Plain-Language Summary
National Aeronautics and Space Administration obligated $50,000 to TATITLEK FEDERAL SERVICES LLC for work described as: HEADQUARTERS OPERATIONAL SUPPORT SERVICES (HOSS) II - OVERTIME/OTHER DIRECT COSTS TO SUPPORT VARIOUS SPECIAL EVENTS OUTSIDE OF THE NORMAL DUTY HOURS THAT MAY REQUIRE SOME OR ALL OF THE SUPPORT SERVICES DETAILED IN THE HOSS II CONTRACT. Key points: 1. Contract focuses on overtime and direct costs for special events. 2. Tatitlek Federal Services LLC is the awardee. 3. Competition was full and open after exclusion of sources. 4. The contract is for Facilities Support Services in Washington D.C.
Value Assessment
Rating: questionable
The contract value is $50,000 for a 364-day period. This appears to be a small amount for operational support, suggesting it may be for very specific, limited events rather than ongoing services. Benchmarking is difficult without more detail on the scope of 'special events'.
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'. This method allows for broad competition but may have specific criteria for eligible sources. The pricing discovery is likely based on proposals submitted under this competitive process.
Taxpayer Impact: The direct taxpayer impact is limited to the $50,000 award value, which is relatively small for a federal contract.
Public Impact
Supports NASA's operational needs for special events outside normal hours. Ensures continuity of services during critical periods. Awarded to Tatitlek Federal Services LLC, a federal contractor.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of clarity on 'special events' scope.
- Overtime costs can be unpredictable.
- Small contract value may indicate limited scope or specific need.
Positive Signals
- Supports critical NASA operations.
- Utilizes competitive bidding process.
- Clear contract duration and awardee.
Sector Analysis
This contract falls under Facilities Support Services, a broad category that includes services like building operation and maintenance. The spending benchmark for this sector varies widely based on the scale and complexity of services provided.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, small businesses were not specifically targeted for this award.
Oversight & Accountability
The contract is awarded by NASA, a federal agency with established oversight mechanisms. The 'Delivery Order' nature suggests it's part of a larger contract vehicle, which would have its own oversight.
Related Government Programs
- Facilities Support Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Ambiguity in 'special events' scope.
- Potential for cost escalation with T&M for overtime.
- Lack of small business participation.
- Limited contract value may not reflect true support needs.
Tags
facilities-support-services, national-aeronautics-and-space-administr, dc, delivery-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $50,000 to TATITLEK FEDERAL SERVICES LLC. HEADQUARTERS OPERATIONAL SUPPORT SERVICES (HOSS) II - OVERTIME/OTHER DIRECT COSTS TO SUPPORT VARIOUS SPECIAL EVENTS OUTSIDE OF THE NORMAL DUTY HOURS THAT MAY REQUIRE SOME OR ALL OF THE SUPPORT SERVICES DETAILED IN THE HOSS II CONTRACT.
Who is the contractor on this award?
The obligated recipient is TATITLEK FEDERAL SERVICES 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 $50,000.
What is the period of performance?
Start: 2025-08-01. End: 2026-07-31.
What specific types of 'special events' require this overtime support, and how is the necessity determined?
The specific 'special events' are not detailed in the provided data. Typically, these could include high-profile visits, critical system testing, or emergency response scenarios that extend beyond standard working hours. The necessity would be determined by NASA program managers based on mission requirements and operational exigencies, documented through internal justifications and approval processes.
How does the 'Full and Open Competition After Exclusion of Sources' method ensure optimal pricing for overtime support?
This method allows for broad competition among qualified sources while potentially excluding others based on specific criteria relevant to the specialized nature of the support. By soliciting proposals from multiple eligible firms, NASA aims to achieve competitive pricing. However, the effectiveness depends on the clarity of the solicitation and the number of responsive bids received.
What is the potential risk of cost overruns given the 'Time and Materials' contract type for overtime?
Time and Materials (T&M) contracts carry inherent risks of cost overruns, especially for overtime, as payment is based on direct labor hours and material costs. Without strong oversight, ceilings, and detailed reporting, costs can escalate. The relatively small contract value ($50,000) may mitigate this risk, but robust monitoring of hours and rates is still crucial.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities 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: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 561 E 36TH AVE, ANCHORAGE, AK, 99503
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Government, Native American Tribal Government, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $62,865
Exercised Options: $62,865
Current Obligation: $50,000
Actual Outlays: $23,562
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80HQTR24DA009
IDV Type: IDC
Timeline
Start Date: 2025-08-01
Current End Date: 2026-07-31
Potential End Date: 2026-07-31 00:00:00
Last Modified: 2026-04-09
More Contracts from Tatitlek Federal Services LLC
- SI Idiq Task Order for Security Analyst Positions — $39.2M (Department of State)
- Year TWO (2) of General Directorate Test Support Services AT RTC — $24.3M (Department of Defense)
- Federal Contract — $24.1M (Department of Defense)
- ON Base Year for Labor Funding for Security Specialist II (2 Positions) , Security Administrator III (7 Positions), Security Administrator III (7 Positions) , Security Administrator IV (2 Positions) and Other Direct Cost (ODC) Training and Travel — $21.3M (Department of State)
- Year ONE General Services to for Rdss II — $18.7M (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 →