NASA Awards $43.3M to JHU/APL for Electrojet Zeeman Imaging (EZIE) Phase B Project
Contract Overview
Contract Amount: $43,279,394 ($43.3M)
Contractor: THE Johns Hopkins University Applied Physics Laboratory LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2021-05-20
End Date: 2027-03-31
Contract Duration: 2,141 days
Daily Burn Rate: $20.2K/day
Competition Type: NOT COMPETED
Pricing Type: COST PLUS FIXED FEE
Sector: R&D
Official Description: JOHNS HOPKINS UNIVERSITY APPLIED PHYSICS LABORATORY (JHU/APL) SUPPORTS THE ELECTROJET ZEEMAN IMAGING (EZIE) PHASE B PROJECT AND ITS CONSTITUENT PROJECTS.
Place of Performance
Location: LAUREL, HOWARD County, MARYLAND, 20723
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $43.3 million to THE JOHNS HOPKINS UNIVERSITY APPLIED PHYSICS LABORATORY LLC for work described as: JOHNS HOPKINS UNIVERSITY APPLIED PHYSICS LABORATORY (JHU/APL) SUPPORTS THE ELECTROJET ZEEMAN IMAGING (EZIE) PHASE B PROJECT AND ITS CONSTITUENT PROJECTS. Key points: 1. Contract awarded to JHU/APL for critical space weather research. 2. Significant funding allocated for a multi-year project. 3. Potential for advancements in understanding Earth's ionosphere. 4. Limited competition raises questions about cost-effectiveness.
Value Assessment
Rating: fair
The Cost Plus Fixed Fee contract type allows for flexibility but can lead to higher costs if not managed tightly. Benchmarking against similar R&D contracts is difficult without more detailed cost breakdowns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and may not ensure the government receives the best possible value.
Taxpayer Impact: The lack of competition could result in higher costs for taxpayers compared to a competitively awarded contract.
Public Impact
Supports advanced research into Earth's upper atmosphere and space weather. Potential for improved space weather forecasting, benefiting satellite operations and communication. Funds a long-term research and development effort with a defined end date.
Waste & Efficiency Indicators
Waste Risk Score: 40 / 10
Warning Flags
- Lack of competition
- Cost-plus contract type
- Long duration
Positive Signals
- Supports critical scientific research
- Clear project scope and objectives
Sector Analysis
This contract falls under Research and Development in the Physical, Engineering, and Life Sciences. Spending in this sector is crucial for technological advancement but requires careful oversight to ensure value.
Small Business Impact
The contract was awarded to a large university-affiliated laboratory, with no indication of small business participation. Opportunities for small businesses in subcontracting are not specified.
Oversight & Accountability
The sole-source nature of this award warrants close oversight from NASA to ensure the project stays within budget and meets its objectives efficiently.
Related Government Programs
- Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Lack of competitive bidding
- Potential for cost overruns due to CPFF structure
- Limited transparency on pricing justification
- No clear small business subcontracting plan mentioned
Tags
research-and-development-in-the-physical, national-aeronautics-and-space-administr, md, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $43.3 million to THE JOHNS HOPKINS UNIVERSITY APPLIED PHYSICS LABORATORY LLC. JOHNS HOPKINS UNIVERSITY APPLIED PHYSICS LABORATORY (JHU/APL) SUPPORTS THE ELECTROJET ZEEMAN IMAGING (EZIE) PHASE B PROJECT AND ITS CONSTITUENT PROJECTS.
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 $43.3 million.
What is the period of performance?
Start: 2021-05-20. End: 2027-03-31.
What is the justification for the sole-source award, and how was the fixed fee determined to ensure fair pricing?
The justification for a sole-source award typically involves unique capabilities or a critical need that only one entity can fulfill. For a Cost Plus Fixed Fee contract, the fixed fee is negotiated based on the estimated cost of the effort and the contractor's performance expectations. Without specific details on the negotiation process, it's challenging to definitively assess its fairness, but it implies a level of trust and prior relationship with JHU/APL.
What are the specific risks associated with the Cost Plus Fixed Fee structure for this long-term R&D project?
The primary risk with Cost Plus Fixed Fee (CPFF) contracts, especially for long-duration R&D, is that the contractor may have less incentive to control costs since the government covers all allowable expenses plus a fixed profit. If the initial cost estimates are inaccurate or if scope creep occurs, the total cost to the government can significantly exceed projections. This necessitates robust government oversight to monitor expenditures and manage the project scope effectively.
How will the success and effectiveness of the EZIE Phase B project be measured, and what are the key performance indicators?
The effectiveness of the EZIE Phase B project will likely be measured by its ability to achieve specific scientific objectives related to understanding the electrojet and its impact on the ionosphere. Key performance indicators could include the successful deployment and operation of imaging instruments, the quality and quantity of data collected, the accuracy of resulting models, and the publication of research findings in peer-reviewed journals. NASA's program management will be crucial in defining and tracking these metrics.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Product/Service Code: RESEARCH AND DEVELOPMENT › Space R&D Services
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 11100 JOHNS HOPKINS RD, LAUREL, MD, 20723
Business Categories: Category Business, Limited Liability Corporation, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $43,593,915
Exercised Options: $43,593,915
Current Obligation: $43,279,394
Actual Outlays: $35,641,463
Subaward Activity
Number of Subawards: 24
Total Subaward Amount: $24,005,359
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80MSFC20D0004
IDV Type: IDC
Timeline
Start Date: 2021-05-20
Current End Date: 2027-03-31
Potential End Date: 2027-03-31 00:00:00
Last Modified: 2026-03-30
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 →