NASA Awards $2.6M Firm-Fixed Price Task Order to Nova Space Solutions for Facilities Support
Contract Overview
Contract Amount: $2,608,221 ($2.6M)
Contractor: Nova Space Solutions, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-07-01
End Date: 2033-09-30
Contract Duration: 3,013 days
Daily Burn Rate: $866/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE COSMIC TASK ORDER IS CREATED FOR FUNDING OF THE FIRM-FIXED PRICE CLIN 9001 OF 80SSC025D0001.
Place of Performance
Location: NEW ORLEANS, ORLEANS County, LOUISIANA, 70129
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.6 million to NOVA SPACE SOLUTIONS, LLC for work described as: THE COSMIC TASK ORDER IS CREATED FOR FUNDING OF THE FIRM-FIXED PRICE CLIN 9001 OF 80SSC025D0001. Key points: 1. The task order is for facilities support services, a common government need. 2. Nova Space Solutions, LLC, is the awardee, with no prior contract history provided. 3. The contract is firm-fixed price, which shifts cost risk to the contractor. 4. The duration is substantial at over 8 years, suggesting a long-term need.
Value Assessment
Rating: fair
The firm-fixed price structure is standard for this type of service. Without benchmark data for similar facilities support contracts in Louisiana, a precise value assessment is difficult. The awarded amount appears reasonable for an 8-year contract.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating a competitive bidding process. This method generally promotes price discovery and potentially better pricing for the government.
Taxpayer Impact: The competitive award process is expected to yield fair market value, minimizing unnecessary taxpayer expenditure.
Public Impact
Ensures continued operation and maintenance of facilities critical to NASA's mission. Supports local economy through contract services and potential employment opportunities. Provides essential infrastructure support for a major federal agency.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of historical performance data for Nova Space Solutions, LLC.
- Long contract duration could lead to price escalation if not managed effectively.
- Potential for scope creep if requirements are not clearly defined and managed.
Positive Signals
- Firm-fixed price contract shifts cost risk to the contractor.
- Awarded under full and open competition.
- Long-term contract provides stability for service provision.
Sector Analysis
Facilities Support Services (NAICS 561210) is a broad category encompassing maintenance, repair, and operational support for buildings and grounds. Spending in this sector is consistent across federal agencies to maintain infrastructure.
Small Business Impact
The data indicates this contract was awarded under full and open competition and does not specify if small businesses were involved as subcontractors or prime contractors. Further analysis would be needed to determine small business participation.
Oversight & Accountability
The award is managed by NASA's 80SSC, suggesting established oversight mechanisms. The firm-fixed price nature requires diligent performance monitoring to ensure service delivery meets contractual requirements.
Related Government Programs
- Facilities Support Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Contractor's limited performance history.
- Long contract duration.
- Potential for undefined scope creep.
- Reliance on firm-fixed price without clear escalation clauses.
Tags
facilities-support-services, national-aeronautics-and-space-administr, la, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.6 million to NOVA SPACE SOLUTIONS, LLC. THE COSMIC TASK ORDER IS CREATED FOR FUNDING OF THE FIRM-FIXED PRICE CLIN 9001 OF 80SSC025D0001.
Who is the contractor on this award?
The obligated recipient is NOVA SPACE SOLUTIONS, 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 $2.6 million.
What is the period of performance?
Start: 2025-07-01. End: 2033-09-30.
What is the historical cost performance of similar facilities support contracts awarded by NASA or other agencies in Louisiana?
Analyzing historical data for similar facilities support contracts in Louisiana is crucial for a comprehensive value assessment. Without this benchmark, it's challenging to definitively state if $2.6M over 8 years represents optimal pricing. Factors like contract scope, service levels, and specific facility types significantly influence costs, making direct comparisons difficult but necessary for robust oversight.
What are the specific performance metrics and service level agreements (SLAs) tied to this task order?
The specific performance metrics and SLAs are critical for assessing the effectiveness and accountability of this contract. Clear, measurable standards ensure Nova Space Solutions, LLC, delivers the required facilities support services. Without these details, it's difficult to gauge the contractor's adherence to quality standards and the overall success of the task order in meeting NASA's operational needs.
How will NASA ensure that the firm-fixed price remains competitive and avoids cost overruns throughout the 8-year period?
NASA will ensure the firm-fixed price remains competitive through rigorous contract management, including regular performance reviews and potential price adjustments based on pre-defined contract clauses. Monitoring market rates for similar services and ensuring strict adherence to the defined scope of work will help prevent cost overruns and maintain value for taxpayers over the contract's duration.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: OPERATION OF GOVT OWNED FACILITY › OPERATE GOVT OWNED BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3800 CENTERPOINT DR STE 1200, ANCHORAGE, AK, 99503
Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, 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: $4,230,000
Exercised Options: $4,230,000
Current Obligation: $2,608,221
Actual Outlays: $605,824
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80SSC025D0001
IDV Type: IDC
Timeline
Start Date: 2025-07-01
Current End Date: 2033-09-30
Potential End Date: 2033-09-30 00:00:00
Last Modified: 2026-02-23
More Contracts from Nova Space Solutions, LLC
- This Cosmic Task Order IS Created for Funding of the Cost Plus Incentive FEE Clin 9004 of 80ssc025d0001 — $119.0M (National Aeronautics and Space Administration)
- This Cosmic Task Order IS Created for Funding of the Cost-Plus-Incentive-Fee Clin 9002 of 80ssc025d0001 — $41.6M (National Aeronautics and Space Administration)
- Combined Operations, Services, Maintenance, and Infrastructure Contract (cosmic) Base Year - Core Cost-Plus Incentive FEE (cpif) Funding Order — $23.0M (National Aeronautics and Space Administration)
- This Cosmic Task Order IS Created for Funding of the Cosmic Core Services for Cost Price Incentive FEE Clin 1004 of 80ssc025d0001 — $18.2M (National Aeronautics and Space Administration)
- Combined Operations, Services, Maintenance, and Infrastructure Contract (cosmic) Base Year - Core Firm Fixed Price (FFP) Funding Order — $3.5M (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 →