NASA Awards $18.17M Task Order to Nova Space Solutions for Cosmic Core Services
Contract Overview
Contract Amount: $18,171,256 ($18.2M)
Contractor: Nova Space Solutions, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-07-01
End Date: 2026-09-30
Contract Duration: 456 days
Daily Burn Rate: $39.8K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS INCENTIVE FEE
Sector: Other
Official Description: THIS COSMIC TASK ORDER IS CREATED FOR FUNDING OF THE COSMIC CORE SERVICES FOR COST PRICE INCENTIVE FEE CLIN 1004 OF 80SSC025D0001.
Place of Performance
Location: NEW ORLEANS, ORLEANS County, LOUISIANA, 70129
Plain-Language Summary
National Aeronautics and Space Administration obligated $18.2 million to NOVA SPACE SOLUTIONS, LLC for work described as: THIS COSMIC TASK ORDER IS CREATED FOR FUNDING OF THE COSMIC CORE SERVICES FOR COST PRICE INCENTIVE FEE CLIN 1004 OF 80SSC025D0001. Key points: 1. Significant award for facilities support services, indicating a substantial need for core operational functions. 2. Nova Space Solutions, LLC, secured this contract, highlighting their role in supporting NASA's infrastructure. 3. The contract type (Cost Plus Incentive Fee) suggests a focus on performance and cost control. 4. This award falls under Facilities Support Services, a critical but often overlooked sector for agency operations.
Value Assessment
Rating: fair
The Cost Plus Incentive Fee structure aims to align contractor performance with agency goals. However, without specific benchmarks for similar 'Cosmic Core Services', a precise pricing assessment is difficult. The award amount of $18.17M for a 456-day duration warrants scrutiny for efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a robust process for selecting the best value. This method generally promotes competitive pricing, though the specific nature of 'Cosmic Core Services' might limit the pool of truly comparable bids.
Taxpayer Impact: Taxpayers benefit from a competitive bidding process, which should theoretically drive down costs. However, the incentive fee structure requires careful monitoring to ensure cost savings are realized and not simply passed on.
Public Impact
Supports critical NASA operations, ensuring the continuity of essential services. The award contributes to the economic activity in Louisiana, where the contractor is based. This contract underscores the ongoing need for specialized facilities management within federal agencies. Potential for innovation in service delivery due to the incentive fee structure.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics for 'Cosmic Core Services'.
- Potential for cost overruns with Cost Plus Incentive Fee contracts if not managed tightly.
- Limited insight into the 'value' derived from the $18.17M investment.
Positive Signals
- Awarded through full and open competition.
- Contract aims to incentivize contractor performance.
- Supports critical agency functions.
Sector Analysis
This award falls within the Facilities Support Services sector, which is crucial for the operational efficiency of government agencies like NASA. Benchmarks for this sector can vary widely based on the specific services provided, but large-scale support contracts often represent significant investments.
Small Business Impact
While the contract was awarded under full and open competition, there is no explicit indication of small business participation in this specific task order. Further analysis would be needed to determine if subcontracting opportunities were made available to small businesses.
Oversight & Accountability
The Cost Plus Incentive Fee structure necessitates robust oversight from NASA to ensure the contractor meets performance targets and manages costs effectively. Regular performance reviews and audits will be critical for accountability.
Related Government Programs
- Facilities Support Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Cost Plus Incentive Fee (CPIF) contracts can lead to cost overruns if not closely monitored.
- The term 'Cosmic Core Services' is vague and lacks specific definition, making performance assessment difficult.
- No clear indication of small business subcontracting opportunities.
- The benchmark data (br: 39849) appears to be a placeholder or irrelevant to the contract value.
Tags
facilities-support-services, national-aeronautics-and-space-administr, la, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $18.2 million to NOVA SPACE SOLUTIONS, LLC. THIS COSMIC TASK ORDER IS CREATED FOR FUNDING OF THE COSMIC CORE SERVICES FOR COST PRICE INCENTIVE FEE CLIN 1004 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 $18.2 million.
What is the period of performance?
Start: 2025-07-01. End: 2026-09-30.
What specific services constitute 'Cosmic Core Services' and how do they align with NASA's mission objectives?
Cosmic Core Services likely encompass a range of essential support functions critical to NASA's operations, such as facility maintenance, logistics, security, and potentially specialized technical support. Understanding the precise definition is key to assessing the value proposition and ensuring alignment with strategic mission goals. Without this clarity, it's difficult to gauge the necessity and effectiveness of the $18.17M investment.
What are the key performance indicators (KPIs) and incentive fee triggers for this contract?
The effectiveness of the Cost Plus Incentive Fee (CPIF) model hinges on clearly defined KPIs and incentive triggers. NASA must have established measurable goals related to service delivery, cost efficiency, and potentially safety or innovation. The specific details of these triggers and targets are crucial for evaluating whether the incentive structure is effectively driving desired outcomes and protecting taxpayer interests.
How does the $18.17M cost compare to similar facilities support contracts at other federal agencies or within NASA itself?
Benchmarking this $18.17M award against comparable facilities support contracts is essential for assessing value for money. Factors like contract duration (456 days), scope of services, and geographic location influence costs. A thorough comparison would reveal if this price is competitive or potentially inflated, providing insight into the efficiency of the procurement and the overall financial stewardship.
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: COST PLUS INCENTIVE FEE (V)
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: $19,389,194
Exercised Options: $19,389,194
Current Obligation: $18,171,256
Actual Outlays: $7,155,233
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: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-03-23
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)
- Combined Operations, Services, Maintenance, and Infrastructure Contract (cosmic) Base Year - Core Firm Fixed Price (FFP) Funding Order — $3.5M (National Aeronautics and Space Administration)
- This Cosmic Task Order IS Created for Funding the Cosmic Core Service (site Services) of the Firm Fixed Price Clin 1003 — $3.0M (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 →