NASA Awards $13.9M Contract for CRCA Facility Cleanroom Mechanical System Upgrade
Contract Overview
Contract Amount: $13,904,666 ($13.9M)
Contractor: Advon Corporation
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-09-23
End Date: 2027-10-16
Contract Duration: 753 days
Daily Burn Rate: $18.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: UPGRADE MECHANICAL SYSTEMS AT THE COMPONENT REFURBISHMENT AND CHEMICAL ANALYSIS (CRCA) FACILITY CLEANROOM
Place of Performance
Location: ORLANDO, BREVARD County, FLORIDA, 32899
State: Florida Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $13.9 million to ADVON CORPORATION for work described as: UPGRADE MECHANICAL SYSTEMS AT THE COMPONENT REFURBISHMENT AND CHEMICAL ANALYSIS (CRCA) FACILITY CLEANROOM Key points: 1. Contract awarded to Advon Corporation for facility upgrades. 2. Project focuses on mechanical systems within a critical cleanroom environment. 3. Competition method indicates a deliberate choice for full and open after source exclusion. 4. Sector is Industrial Building Construction, with a significant duration of 753 days.
Value Assessment
Rating: fair
The contract value of $13.9M for a facility upgrade appears within a reasonable range for specialized construction. However, without specific benchmarks for cleanroom mechanical system upgrades, a precise pricing assessment is difficult. Further comparison with similar projects would be beneficial.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. This suggests that while the intent was broad competition, specific criteria or prior exclusions narrowed the field. This method can impact price discovery by potentially limiting the number of competitive bids.
Taxpayer Impact: Taxpayers are impacted through funding for essential infrastructure upgrades at a federal research facility. The cost is justified if it ensures the facility's operational integrity and research capabilities.
Public Impact
Ensures continued operational capability of the CRCA facility for critical research. Supports advanced scientific research and development by maintaining a controlled environment. Potential for job creation within the construction and specialized trades sectors. Investment in federal infrastructure contributes to national scientific advancement.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition after source exclusion may impact price.
- Long project duration could introduce cost overruns or delays.
- Reliance on specialized construction for a cleanroom environment carries inherent risks.
Positive Signals
- Essential upgrade to maintain critical research facility.
- Awarded by NASA, indicating a focus on high-standard infrastructure.
- Fixed-price contract provides cost certainty.
Sector Analysis
This contract falls within the Industrial Building Construction sector, specifically focusing on specialized cleanroom environments. Benchmarks for such projects are highly variable due to unique requirements, but the value suggests a significant undertaking. NASA's investment aligns with federal priorities for maintaining advanced research infrastructure.
Small Business Impact
The data indicates that small businesses were not primary awardees for this specific contract, as the awardee is Advon Corporation and the 'sb' flag is false. Further analysis would be needed to determine if subcontracting opportunities exist for small businesses within this project.
Oversight & Accountability
The award was made by NASA, a federal agency with established oversight mechanisms. The use of a delivery order under a larger contract framework suggests existing oversight. Accountability will be measured by project completion, adherence to specifications, and budget management.
Related Government Programs
- Industrial Building Construction
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for cost escalation due to specialized construction.
- Risk of project delays impacting facility operations.
- Dependency on a single contractor for critical system upgrades.
- Ensuring long-term performance and maintenance of complex systems.
Tags
industrial-building-construction, national-aeronautics-and-space-administr, fl, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $13.9 million to ADVON CORPORATION. UPGRADE MECHANICAL SYSTEMS AT THE COMPONENT REFURBISHMENT AND CHEMICAL ANALYSIS (CRCA) FACILITY CLEANROOM
Who is the contractor on this award?
The obligated recipient is ADVON CORPORATION.
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 $13.9 million.
What is the period of performance?
Start: 2025-09-23. End: 2027-10-16.
What specific technical requirements necessitate the exclusion of certain sources prior to full and open competition?
The exclusion of sources likely stems from highly specialized technical requirements unique to the CRCA facility's cleanroom environment. This could include specific expertise in advanced HVAC systems, contamination control, or integration with existing complex laboratory equipment. Agencies often exclude sources when only a limited number of contractors possess the necessary, documented capabilities to meet stringent performance standards.
How does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' method impact the overall value for taxpayers?
This method aims to balance broad competition with the need for specialized expertise. While potentially limiting the number of bidders compared to unrestricted full and open competition, it ensures that qualified contractors capable of meeting complex requirements participate. This can lead to a more efficient process and a technically sound outcome, potentially avoiding costly rework or performance issues, thus providing better long-term value despite a potentially smaller initial bidder pool.
What are the key performance indicators (KPIs) for this contract to ensure effectiveness and taxpayer value?
Key KPIs should include on-time project completion within the 753-day duration, adherence to the firm fixed price, and successful commissioning of the upgraded mechanical systems. Performance metrics should also encompass maintaining cleanroom integrity standards (e.g., ISO class), minimizing operational disruptions during the upgrade, and achieving specified energy efficiency improvements. Post-completion facility performance audits will be crucial.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Industrial Building Construction
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCTION OF BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2882 REMINGTON GREEN LN, TALLAHASSEE, FL, 32308
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $13,904,666
Exercised Options: $13,904,666
Current Obligation: $13,904,666
Actual Outlays: $209,257
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80SSC018D0010
IDV Type: IDC
Timeline
Start Date: 2025-09-23
Current End Date: 2027-10-16
Potential End Date: 2027-10-16 00:00:00
Last Modified: 2026-04-10
More Contracts from Advon Corporation
- Demolition of Building 1100 Center Section and West Wing AT Stennis Space Center, MS — $33.8M (National Aeronautics and Space Administration)
- Oklahoma City VA Health Care System Parking Garage 2 — $20.5M (Department of Veterans Affairs)
- Primary Facility — $20.3M (Department of Defense)
- Construct Renovate Jacc Pensacola FL — $14.0M (Department of Veterans Affairs)
- Construction of VA Clinic AT JBC — $13.5M (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 →