Johns Hopkins Applied Physics Lab awarded $105.8M for Interstellar Mapping Acceleration Probe development
Contract Overview
Contract Amount: $105,756,579 ($105.8M)
Contractor: THE Johns Hopkins University Applied Physics Laboratory LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2018-12-07
End Date: 2023-05-31
Contract Duration: 1,636 days
Daily Burn Rate: $64.6K/day
Competition Type: NOT COMPETED
Pricing Type: COST PLUS FIXED FEE
Sector: R&D
Official Description: NEWTASK ORDER INTERSTELLAR MAPPING ACCELERATION PROBE (IMAP) UNDER NNN06AA01C AEROSPACE RESEARCH DEVELOPMENT AND ENGINEERING SUPPORT (ARDES) CONTRACT
Place of Performance
Location: LAUREL, HOWARD County, MARYLAND, 20723
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $105.8 million to THE JOHNS HOPKINS UNIVERSITY APPLIED PHYSICS LABORATORY LLC for work described as: NEWTASK ORDER INTERSTELLAR MAPPING ACCELERATION PROBE (IMAP) UNDER NNN06AA01C AEROSPACE RESEARCH DEVELOPMENT AND ENGINEERING SUPPORT (ARDES) CONTRACT Key points: 1. Contract awarded to a single entity, raising questions about competitive pricing. 2. Significant investment in advanced space exploration technology. 3. Long performance period suggests complex, multi-year research and development. 4. Focus on R&D in physical sciences and engineering. 5. Geographic concentration of work in Maryland. 6. No small business set-aside noted, potentially limiting broader economic participation.
Value Assessment
Rating: fair
The contract value of $105.8 million for the Interstellar Mapping Acceleration Probe (IMAP) is substantial, reflecting the complexity and cutting-edge nature of the project. However, as a sole-source award, direct comparisons to similar contracts are difficult. Benchmarking the value for money is challenging without understanding the specific technical requirements and the unique capabilities of the contractor. The cost-plus-fixed-fee structure implies that costs are reimbursed, plus a fixed fee, which can incentivize cost control but also carries inherent risks if not closely monitored.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This approach is typically used when a specific contractor possesses unique capabilities, proprietary technology, or is the only entity capable of performing the required work. The lack of competition means that price discovery through market forces was bypassed, potentially leading to higher costs than if multiple bids had been solicited.
Taxpayer Impact: Taxpayers may not have received the benefit of competitive pricing, as the government did not have multiple offers to choose from to ensure the best value.
Public Impact
The primary beneficiary is NASA's scientific mission, advancing our understanding of interstellar space. The contract supports the development of the Interstellar Mapping Acceleration Probe (IMAP) mission. Geographic impact is concentrated in Maryland, where the contractor is located. The project likely involves highly skilled scientists, engineers, and technicians, contributing to the aerospace workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in higher costs for taxpayers.
- Sole-source awards can limit opportunities for other qualified organizations.
- Cost-plus-fixed-fee contracts require robust oversight to manage potential cost overruns.
Positive Signals
- Award to a reputable institution (Johns Hopkins Applied Physics Laboratory) with a strong track record in aerospace research.
- Supports a critical scientific mission for NASA, advancing fundamental knowledge.
- The fixed fee component provides some level of cost certainty for the government.
Sector Analysis
This contract falls within the Aerospace Research and Development sector, a highly specialized field characterized by significant government investment and long development cycles. The market is often dominated by a few key players with unique expertise. NASA's spending in this area is crucial for maintaining technological leadership and achieving ambitious scientific goals. Comparable spending benchmarks are difficult to establish due to the unique nature of space missions, but R&D contracts of this magnitude are typical for major scientific instruments and probes.
Small Business Impact
The contract was not competed and there is no indication of small business set-asides or subcontracting requirements. This suggests that the primary focus was on leveraging the specialized capabilities of the awarded contractor, rather than specifically promoting small business participation. Consequently, the direct impact on the small business ecosystem for this specific award is likely minimal.
Oversight & Accountability
Oversight for this contract would primarily fall under NASA's program management and contracting offices. As a cost-plus-fixed-fee contract, rigorous financial and performance monitoring is essential to ensure that costs remain within acceptable bounds and that the project milestones are met. Transparency is facilitated through NASA's reporting mechanisms, though specific details of ongoing oversight activities may not be publicly disclosed. The Inspector General's office would have jurisdiction in cases of fraud, waste, or abuse.
Related Government Programs
- NASA Science Mission Directorate
- Aerospace Research and Development Contracts
- Space Exploration Missions
- Research and Development in Physical Sciences
Risk Flags
- Sole-source award lacks competitive pricing.
- Cost-plus-fixed-fee requires robust government oversight.
- Potential for cost overruns in complex R&D.
Tags
nasa, aerospace, research-and-development, space-probe, sole-source, cost-plus-fixed-fee, maryland, science, interstellar-mapping, johns-hopkins-university-applied-physics-laboratory-llc, delivery-order, large-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $105.8 million to THE JOHNS HOPKINS UNIVERSITY APPLIED PHYSICS LABORATORY LLC. NEWTASK ORDER INTERSTELLAR MAPPING ACCELERATION PROBE (IMAP) UNDER NNN06AA01C AEROSPACE RESEARCH DEVELOPMENT AND ENGINEERING SUPPORT (ARDES) CONTRACT
Who is the contractor on this award?
The obligated recipient is THE JOHNS HOPKINS UNIVERSITY APPLIED PHYSICS LABORATORY 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 $105.8 million.
What is the period of performance?
Start: 2018-12-07. End: 2023-05-31.
What is the specific technical scope and objective of the Interstellar Mapping Acceleration Probe (IMAP)?
The Interstellar Mapping Acceleration Probe (IMAP) is a NASA mission designed to study the heliosphere and the interstellar medium. Its primary objective is to map the boundaries of the heliosphere, understand the processes that accelerate particles to high energies, and investigate the nature of the interstellar gas. The probe will utilize a suite of advanced instruments to collect data on plasma, energetic particles, and magnetic fields. This data is crucial for understanding our solar system's place in the galaxy and the interaction between the Sun and the interstellar environment. The $105.8 million contract awarded to Johns Hopkins University Applied Physics Laboratory LLC covers the development and construction of this complex scientific payload and associated systems.
How does the cost-plus-fixed-fee (CPFF) contract type influence cost control and contractor performance for this project?
The Cost-Plus-Fixed-Fee (CPFF) contract type means that the contractor (Johns Hopkins University Applied Physics Laboratory LLC) is reimbursed for all allowable costs incurred, plus a predetermined fixed fee representing profit. This structure incentivizes the contractor to complete the work efficiently to maximize their profit margin, as the fee is fixed regardless of the final cost. However, it also places a significant burden on the government's oversight to meticulously audit incurred costs and ensure they are reasonable and allocable to the contract. Without strong government oversight, CPFF contracts can be susceptible to cost overruns, as the contractor is guaranteed cost reimbursement. For a complex R&D project like the IMAP probe, where technical uncertainties are high, CPFF can be appropriate for managing innovation, but it necessitates vigilant monitoring by NASA.
Given this is a sole-source award, what are the potential risks associated with the lack of competition?
The primary risk associated with a sole-source award for the IMAP probe is the potential for inflated costs due to the absence of competitive pressure. Without competing bids, NASA did not have the opportunity to leverage market forces to secure the most favorable pricing. This could mean that the $105.8 million awarded is higher than it might have been if multiple contractors had vied for the work. Additionally, sole-source awards can limit opportunities for other capable organizations to contribute to significant national projects, potentially hindering broader innovation and development within the aerospace sector. There's also a risk that without the comparative scrutiny of a competitive process, the contractor might have less incentive to aggressively pursue cost efficiencies, relying instead on the fixed fee structure.
What is the historical spending pattern for similar aerospace research and development contracts by NASA?
NASA's historical spending on major aerospace research and development contracts, particularly for complex scientific missions and probes, typically involves substantial investments. Projects like the James Webb Space Telescope, Mars rovers, and various Earth-observing satellites have each required investments in the hundreds of millions, and sometimes billions, of dollars. Contracts for developing scientific instruments and spacecraft often utilize cost-reimbursable or cost-plus fee structures due to the inherent technical uncertainties and long development timelines. The $105.8 million for the IMAP probe aligns with the scale of funding typically allocated to significant, multi-year R&D endeavors aimed at advancing fundamental scientific knowledge and technological capabilities in space exploration. The duration of this contract (over 4 years) is also consistent with the development cycles of such missions.
What is the track record of The Johns Hopkins University Applied Physics Laboratory LLC in managing large-scale NASA R&D contracts?
The Johns Hopkins University Applied Physics Laboratory (JHU APL) has a long and distinguished track record of successfully managing complex research, development, and engineering projects for NASA and the Department of Defense. They have been instrumental in numerous space missions, including the New Horizons mission to Pluto, the Parker Solar Probe, and various satellite programs. Their expertise spans instrument development, spacecraft design, mission operations, and scientific analysis. JHU APL is known for its strong engineering capabilities and its ability to handle challenging scientific objectives. Given their extensive experience with NASA's requirements and their demonstrated success in delivering complex space science missions, they are considered a highly reliable partner for projects like the IMAP probe.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences
Product/Service Code: RESEARCH AND DEVELOPMENT › Space R&D Services
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: JOHNS HOPKINS RD 11100, LAUREL, MD, 20723
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $105,765,396
Exercised Options: $105,765,396
Current Obligation: $105,756,579
Actual Outlays: $100,620,684
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: NNN06AA01C
IDV Type: IDC
Timeline
Start Date: 2018-12-07
Current End Date: 2023-05-31
Potential End Date: 2023-05-31 00:00:00
Last Modified: 2024-09-17
More Contracts from THE Johns Hopkins University Applied Physics Laboratory LLC
- Dragonfly Extended Phase B Mission Under 80msfc20d0004 Aerospace Research, Development and Engineering Support (ardes) II — $1.3B (National Aeronautics and Space Administration)
- Aerospace Research, Design, and Development Tasks for Nasa — $1.1B (National Aeronautics and Space Administration)
- Solar Probe Plus (SPP) Phase a Activities the Contractor Shall Perform the Work That IS Designated in Task Orders Issued by the Contracting Officer. the Overall Scope of Work to BE Performed Will Support ALL of Nasa's Mission Directorates. These Efforts CAN BE Characterized AS Aerospace Research, Development, and Engineering Support (ardes). the General Nature of the Tasks to BE Developed Will BE to Conduct Supporting Research and Advanced Technology Development Designed to Make Contributions to Space Science and Space Exploration and Assist Nasa in the Formulation and Execution of ITS Programs by Providing Nasa With Technical Advice, Studies, and Reports of Investigations. Efforts Undertaken by the Contractor, in the Performance of the Assigned Tasks, Which Include Technology Transfer, Partnering and Commercialization Activities, Shall Seek to Enhance the Value and Contribution of Technology to the Nation S Technological Competitiveness, Prosperity, Quality of Life, and Other National Priorities. Individual Task Orders Will Fall Within ONE of TWO Broad Categories: 1) Essential Research Capability of Space Systems Engineering, and Related Work in the Supporting Essential Research Capabilities of Systems Test and Evaluation, Information Technology, and Simulation, Modeling and Operations Analysis. Task Orders Within the Category of Essential Research Capabilities ARE Intended to Preserve the Nation S Capabilities to Perform Robotic Space Missions Over the Full Mission Life Cycle From Concept Formulation Through Mission Operations and Data Analysis. Nasa IS Contracting for Support in Several KEY Research, Engineering and Development Competencies That ARE Fundamental to the Performance of These Missions. 2) Other Aerospace Research, Development, and Engineering Support. Task Orders Within the Category of Other Aerospace Research, Development and Engineering Support ARE Intended to Include a Broad Base of Scientific and Technical Capabilities Relevant to Nasa Program Responsibilities and Assignments. Regardless of Category, Task Orders MAY BE Issued Related to Autonomous Deep-Space and Earth-Orbiting Spacecraft or Major Subsystems, Experiments, Instruments or Other Devices That MAY BE Carried AS Payloads on the Space Shuttle or on Other Spacecraft. Task Assignments Will Explicitly Describe a Broad Range of Hardware, Software, Systems Engineering, Scientific Analysis, and Management Efforts Including Program and Project Management and Administration — $894.5M (National Aeronautics and Space Administration)
- SUN Earth Connection Living With a Star Program Letter Contract — $522.1M (National Aeronautics and Space Administration)
- Interstellar Mapping and Acceleration Probe (imap) Phase CD — $400.0M (National Aeronautics and Space Administration)
View all THE Johns Hopkins University Applied Physics Laboratory LLC federal contracts →
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 →