NASA awards $11.3M for FY25 fire services at Kennedy Space Center to Chenega Global Protection
Contract Overview
Contract Amount: $11,352,355 ($11.4M)
Contractor: Chenega Global Protection, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2024-10-01
End Date: 2025-09-30
Contract Duration: 364 days
Daily Burn Rate: $31.2K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NASA FIRE SERVICES CONTRACT - KSC PROGRAM MANAGEMENT AND BASELINE FIRE SERVICES FOR FY25
Place of Performance
Location: ORLANDO, BREVARD County, FLORIDA, 32899
State: Florida Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $11.4 million to CHENEGA GLOBAL PROTECTION, LLC for work described as: NASA FIRE SERVICES CONTRACT - KSC PROGRAM MANAGEMENT AND BASELINE FIRE SERVICES FOR FY25 Key points: 1. Contract value represents a significant investment in essential safety infrastructure. 2. Competition dynamics suggest a potentially competitive bidding process for this service. 3. Performance risk is moderate, given the critical nature of fire suppression services. 4. This contract supports ongoing operations and safety at a key NASA facility. 5. The sector for support services is mature, with established providers. 6. Value for money will depend on service delivery and incident response effectiveness.
Value Assessment
Rating: good
The contract value of $11.3 million for a one-year period appears reasonable for comprehensive fire services at a major federal facility like Kennedy Space Center. Benchmarking against similar contracts for base support services at large government installations would provide a clearer picture of value. However, the firm-fixed-price structure suggests that the contractor assumes most of the cost risk, which can be advantageous for the government if managed effectively. The absence of extensive performance history for this specific awardee in this exact role necessitates close monitoring.
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,' indicating that while the competition was broad, specific exclusions were applied. The number of bidders is not specified, but the 'full and open' designation generally implies a robust competitive environment. This approach aims to ensure fair pricing and access to a wide range of qualified contractors, potentially leading to better value for the government.
Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by driving down costs through market forces. It also promotes innovation and service quality as contractors vie for the contract.
Public Impact
Benefits NASA's Kennedy Space Center by ensuring critical fire prevention and suppression services. Protects personnel, facilities, and valuable assets at the space launch complex. Supports the safety and operational continuity of space launch and research activities. Impacts the local Florida workforce through employment opportunities with the contractor. Ensures compliance with federal safety regulations and emergency preparedness standards.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Contractor's specific experience in large-scale, high-risk fire suppression at aerospace facilities needs verification.
- Potential for service disruptions if contractor personnel face challenges in recruitment or retention.
- Ensuring consistent adherence to NASA's stringent safety and operational protocols.
Positive Signals
- Awarded under full and open competition, suggesting a competitive pricing environment.
- Firm-fixed-price contract shifts cost risk to the contractor.
- Contract duration provides stability for essential safety services.
- Location in Florida aligns with NASA's primary launch and research operations.
Sector Analysis
The federal support services sector encompasses a wide range of activities essential for government operations, including facility management, security, and emergency services. This contract falls within the specialized area of emergency response and safety services, crucial for high-risk environments like space launch facilities. The market for these services is competitive, with established players often holding long-term contracts. Spending in this sub-sector is driven by the need to maintain operational readiness and safety across federal installations.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses mandated by this specific award. The primary contractor, Chenega Global Protection, LLC, is likely a larger entity, and its subcontracting practices would be determined by its own business strategy rather than a government set-aside requirement for this particular contract.
Oversight & Accountability
Oversight for this contract will primarily reside with the National Aeronautics and Space Administration (NASA), likely through its contracting officer's representative (COR) and program management teams at Kennedy Space Center. Performance monitoring, adherence to service level agreements, and financial accountability are key oversight functions. Transparency is generally maintained through contract award databases and reporting requirements, though specific operational details may be sensitive. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- NASA Base Operations Support Contracts
- Federal Fire and Emergency Services
- Kennedy Space Center Support Services
- Aerospace Facility Management
- Government Emergency Preparedness Contracts
Risk Flags
- Contractor performance history requires verification.
- Potential for increased costs if scope changes or unforeseen issues arise.
- Ensuring adequate staffing and expertise from the contractor.
Tags
nasa, fire-services, ksc, chenega-global-protection, firm-fixed-price, full-and-open-competition, support-services, emergency-response, florida, fy25, contract-award
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $11.4 million to CHENEGA GLOBAL PROTECTION, LLC. NASA FIRE SERVICES CONTRACT - KSC PROGRAM MANAGEMENT AND BASELINE FIRE SERVICES FOR FY25
Who is the contractor on this award?
The obligated recipient is CHENEGA GLOBAL PROTECTION, 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 $11.4 million.
What is the period of performance?
Start: 2024-10-01. End: 2025-09-30.
What is Chenega Global Protection, LLC's track record with NASA and similar federal agencies for providing fire and emergency services?
Assessing Chenega Global Protection, LLC's track record is crucial for understanding their capability to fulfill this contract. While the provided data does not detail past performance, a review of federal contract databases (like SAM.gov or FPDS) would reveal previous awards, contract values, and performance evaluations. Specifically, looking for prior contracts with NASA or other agencies requiring similar emergency response services, particularly at complex facilities, would indicate their experience level. Positive past performance indicators would include successful contract completion, favorable CPARS (Contractor Performance Assessment Reporting System) ratings, and a history of meeting or exceeding service requirements. Conversely, any history of contract disputes, performance issues, or significant penalties would raise concerns about their suitability for this critical role.
How does the $11.3 million contract value compare to historical spending on fire services at Kennedy Space Center?
To benchmark the $11.3 million contract value, historical spending data for fire services at Kennedy Space Center (KSC) is essential. Analyzing previous years' budgets and contract awards for similar services at KSC would reveal trends and potential cost increases or decreases. For instance, if previous contracts for comparable scope and duration were significantly lower, it might suggest a price increase or scope expansion. Conversely, if the value aligns with or is lower than historical averages, it could indicate cost efficiencies or competitive pricing. Without specific historical data, it's difficult to definitively assess if this award represents optimal value, but it serves as a baseline for future comparisons and performance evaluations over the contract period.
What are the primary risks associated with this contract, and how are they being mitigated?
The primary risks associated with this NASA fire services contract include potential performance failures (e.g., delayed response times, inadequate equipment maintenance), contractor personnel issues (e.g., staffing shortages, lack of qualified personnel), and cost overruns if the firm-fixed-price structure is not managed effectively by the contractor. Mitigation strategies typically involve robust performance monitoring by NASA's COR, clear service level agreements (SLAs) with defined metrics and penalties, regular contractor performance reviews (CPARS), and ensuring the contractor maintains adequate insurance and bonding. The 'full and open' competition aims to mitigate risks by selecting a capable contractor, while the fixed-price nature incentivizes the contractor to manage their own costs efficiently. NASA's oversight is critical to identifying and addressing any emerging risks proactively.
How effective is the 'Full and Open Competition After Exclusion of Sources' approach in ensuring competitive pricing for essential services like fire suppression?
The 'Full and Open Competition After Exclusion of Sources' approach aims to balance broad market access with specific requirements, potentially enhancing competitive pricing. By allowing all responsible sources to compete initially, it leverages market forces to drive down costs. The subsequent 'exclusion of sources' implies that certain entities might have been removed from consideration based on specific criteria (e.g., security, past performance, or specialized capabilities not met by all). If the exclusions were narrowly defined and justified, the remaining pool of bidders should still be sufficiently competitive. However, if the exclusions significantly limit the number of potential bidders, it could inadvertently reduce competition and potentially lead to higher prices than a truly unrestricted full and open competition.
What are the implications of a firm-fixed-price (FFP) contract type for NASA in terms of cost control and contractor accountability?
A Firm-Fixed-Price (FFP) contract type places the primary responsibility for cost control on the contractor. For NASA, this means that the contractor assumes the risk of cost overruns, which can lead to more predictable budgeting. The contractor is obligated to perform the specified work for the agreed-upon price, regardless of their actual costs. This structure incentivizes the contractor to be efficient and manage their resources effectively. Accountability is high, as deviations from the contract terms or failure to deliver services as specified can lead to penalties or contract termination. However, NASA must ensure the initial price is fair and reasonable, and robust oversight is still necessary to verify performance and prevent potential quality compromises in the contractor's pursuit of profit.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Other Support Services › All Other 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: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 14420 ALBEMARLE POINT PL STE 100, CHANTILLY, VA, 20151
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $13,465,404
Exercised Options: $13,465,404
Current Obligation: $11,352,355
Actual Outlays: $11,352,355
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80KSC022DA002
IDV Type: IDC
Timeline
Start Date: 2024-10-01
Current End Date: 2025-09-30
Potential End Date: 2025-09-30 00:00:00
Last Modified: 2025-09-22
More Contracts from Chenega Global Protection, LLC
- Armed Security Guards for Atlanta&ft. Collins — $110.1M (Department of Health and Human Services)
- ATL FT Collins Guards Bridge — $33.3M (Department of Health and Human Services)
- Base Award for Security and Access Control Services in Support of Usag-Ka — $26.3M (Department of Defense)
- Services — $23.9M (Department of Health and Human Services)
- Nasa Protective Services Contract - South Region (npsc-Sr) KSC Task Order for Baseline and Pre-Priced Items — $16.7M (National Aeronautics and Space Administration)
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 →