NASA awards $25.9M contract for Michoud Assembly Facility roof replacement supporting Space Launch System
Contract Overview
Contract Amount: $25,898,230 ($25.9M)
Contractor: Birmingham Industrial Construction, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-09-25
End Date: 2028-06-19
Contract Duration: 998 days
Daily Burn Rate: $25.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: THE PURPOSE OF THIS TASK ORDER IS TO REPLACE THE ROOF OF THE MAIN MANUFACTURING BUILDING AT MICHOUD ASSEMBLY FACILITY, BUILDING 103, WHICH SUPPORTS SPACE LAUNCH SYSTEM (SLS) AND ORION MANUFACTURING.
Place of Performance
Location: NEW ORLEANS, ORLEANS County, LOUISIANA, 70129
Plain-Language Summary
National Aeronautics and Space Administration obligated $25.9 million to BIRMINGHAM INDUSTRIAL CONSTRUCTION, LLC for work described as: THE PURPOSE OF THIS TASK ORDER IS TO REPLACE THE ROOF OF THE MAIN MANUFACTURING BUILDING AT MICHOUD ASSEMBLY FACILITY, BUILDING 103, WHICH SUPPORTS SPACE LAUNCH SYSTEM (SLS) AND ORION MANUFACTURING. Key points: 1. Contract addresses critical infrastructure for vital space programs. 2. Single award delivery order indicates focused execution on a specific need. 3. Long performance period suggests a complex or extensive project. 4. Fixed-price contract shifts risk to the contractor. 5. Location in Louisiana highlights regional economic impact. 6. Industrial building construction is a specialized sector.
Value Assessment
Rating: good
The contract value of $25.9 million for a roof replacement appears reasonable given the scale of the facility and its critical function supporting NASA's Space Launch System (SLS) and Orion manufacturing. Benchmarking against similar large-scale industrial building construction projects would provide a more precise value-for-money assessment. The firm fixed-price nature of the contract suggests that pricing was determined upfront, with the contractor bearing cost overruns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which suggests that while the competition was intended to be broad, specific circumstances led to the exclusion of certain potential bidders. The award to a single contractor, BIRMINGHAM INDUSTRIAL CONSTRUCTION, LLC, implies that either only one offer was received or that one offer was significantly superior. The limited nature of the competition could potentially impact price discovery.
Taxpayer Impact: While the competition was not fully open, the exclusion of sources was justified, potentially leading to a more focused and efficient award process. Taxpayers benefit from a specialized contractor addressing a critical infrastructure need.
Public Impact
The primary beneficiaries are NASA and its contractors involved in the Space Launch System (SLS) and Orion programs, ensuring the continued operational capability of the Michoud Assembly Facility. The service delivered is the replacement of the roof on the main manufacturing building (Building 103), a critical component for protecting sensitive manufacturing operations. The geographic impact is concentrated in New Orleans, Louisiana, supporting the regional economy through construction activities and maintaining a key federal facility. Workforce implications include employment opportunities for skilled construction labor in the Louisiana area during the contract performance period.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delays if unforeseen structural issues are discovered during roof replacement.
- Reliance on a single contractor for a critical infrastructure repair could pose a risk if performance issues arise.
Positive Signals
- Firm fixed-price contract structure provides cost certainty for the government.
- Long performance period allows for thorough execution and quality assurance.
- Contract supports critical national space exploration programs.
Sector Analysis
This contract falls within the Industrial Building Construction sector, a segment of the broader construction industry focused on specialized facilities for manufacturing and industrial processes. The market for such contracts is often driven by government and large industrial clients requiring robust and specialized infrastructure. Spending in this sector is influenced by infrastructure investment needs, technological advancements in construction, and the operational requirements of key industries like aerospace.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Birmingham Industrial Construction, LLC's size status is not provided, but the contract value suggests it could be awarded to either small or large businesses depending on their revenue. There is no explicit mention of subcontracting requirements for small businesses within this award notice.
Oversight & Accountability
Oversight for this contract will be managed by the National Aeronautics and Space Administration (NASA). Accountability measures are inherent in the firm fixed-price contract type, which obligates the contractor to complete the work within the agreed-upon price. Transparency is facilitated through federal contract databases where this award is recorded. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Space Launch System (SLS) Manufacturing Support
- Orion Program Manufacturing Support
- Federal Facility Infrastructure Maintenance
- Industrial Building Construction Services
Risk Flags
- Critical Infrastructure Dependency
- Single Source Award Justification
- Long-Term Project Duration
Tags
construction, industrial-building-construction, nasa, michoud-assembly-facility, space-launch-system, orion, louisiana, new-orleans, firm-fixed-price, delivery-order, limited-competition, infrastructure-maintenance
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $25.9 million to BIRMINGHAM INDUSTRIAL CONSTRUCTION, LLC. THE PURPOSE OF THIS TASK ORDER IS TO REPLACE THE ROOF OF THE MAIN MANUFACTURING BUILDING AT MICHOUD ASSEMBLY FACILITY, BUILDING 103, WHICH SUPPORTS SPACE LAUNCH SYSTEM (SLS) AND ORION MANUFACTURING.
Who is the contractor on this award?
The obligated recipient is BIRMINGHAM INDUSTRIAL CONSTRUCTION, 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 $25.9 million.
What is the period of performance?
Start: 2025-09-25. End: 2028-06-19.
What is the track record of Birmingham Industrial Construction, LLC with NASA or similar federal agencies?
A review of federal procurement data would be necessary to fully assess Birmingham Industrial Construction, LLC's track record. Specifically, one would look for past performance ratings on similar projects, any history of contract disputes or terminations, and the volume and type of work previously awarded to the company by NASA and other government entities. Understanding their experience with large-scale industrial construction, particularly in sensitive environments like aerospace manufacturing facilities, is crucial for evaluating their capability to successfully execute this roof replacement project.
How does the cost of this roof replacement compare to similar projects at other federal facilities?
Benchmarking this $25.9 million contract against similar roof replacement projects at other federal facilities, particularly those of comparable size and complexity (e.g., large manufacturing or assembly plants), is essential for assessing value for money. Factors to consider include the square footage of the roof replaced, the type of roofing materials used, the extent of any necessary structural repairs, and the specific environmental conditions of the facility. Without detailed cost breakdowns and comparative project data, it is difficult to definitively state whether this contract represents a competitive price point.
What are the primary risks associated with this specific contract and how are they being mitigated?
The primary risks associated with this contract include potential unforeseen structural issues discovered during the roof replacement that could increase costs or cause delays, and the risk of contractor underperformance. The firm fixed-price contract structure mitigates cost overrun risk for the government, placing that burden on the contractor. Mitigation for performance risk relies on NASA's contract oversight, performance monitoring, and the contractor's demonstrated experience and capacity. The long duration of the contract (ending June 2028) also allows for phased execution and quality checks.
How effective is the Michoud Assembly Facility's infrastructure maintenance program in supporting critical space missions?
The award of this contract for a critical roof replacement directly addresses a key infrastructure maintenance need at the Michoud Assembly Facility (MAF), which is vital for supporting the Space Launch System (SLS) and Orion programs. The effectiveness of MAF's overall infrastructure maintenance program can be inferred from the proactive replacement of aging or damaged components like roofs. Continued investment in maintaining the integrity and functionality of MAF's facilities is crucial for ensuring the uninterrupted production and assembly of these high-priority national assets.
What has been the historical spending trend for industrial building construction at NASA's Michoud Assembly Facility?
Analyzing historical spending data for industrial building construction at NASA's Michoud Assembly Facility would provide context for this $25.9 million contract. This would involve examining past contracts for facility upgrades, repairs, and new construction at MAF over several fiscal years. Understanding whether this award represents a significant increase or decrease in spending, and identifying any recurring needs or patterns in facility maintenance and development, can help assess the current contract's place within the facility's long-term capital investment strategy.
What is the significance of the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' clause for this contract?
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' clause indicates that NASA initially intended to solicit bids from all responsible sources but subsequently excluded certain sources based on specific justifications, as permitted by federal acquisition regulations (e.g., FAR Part 6). This could occur if, for instance, only a limited number of contractors possessed the specialized capabilities required, or if prior performance issues with certain potential bidders warranted their exclusion. While aiming for broad competition, this clause suggests a tailored approach to ensure the best value was obtained from a qualified pool of offerors.
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: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 105 CORPORATE WOODS CIR, ALABASTER, AL, 35007
Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $25,898,230
Exercised Options: $25,898,230
Current Obligation: $25,898,230
Actual Outlays: $432,375
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80SSC018D0011
IDV Type: IDC
Timeline
Start Date: 2025-09-25
Current End Date: 2028-06-19
Potential End Date: 2028-06-19 00:00:00
Last Modified: 2026-01-13
More Contracts from Birmingham Industrial Construction, LLC
- Design-Bid-Build (DBB) Government Printing Office (GPO) and National Aeronautics and Space Administration (nasa) Building 9101 Expansions, Interior Upgrades, and Roof Replacement, AT Stennis Space Center, Mississippi — $31.1M (Department of Defense)
- Electronic Health Record Modernization (ehrm) Infrastructure Upgrades, Veterans Affairs Medical Center (vamc) Birmingham, Alabama — $23.0M (Department of Veterans Affairs)
- 619-20-103 | Correct FCA Deficiencies in Boiler Plant, Building #14 — $17.5M (Department of Veterans Affairs)
- Renovation of Approximately 25,000 SQ FT of Existing SCI Ward in Building 137C and Approximately 3,200 SQ FT of NEW Construction Attached to Existing Buildings. Once Completed Area Will Contain Bedrooms and Connect Patient Rooms With Dining Area — $15.4M (Department of Veterans Affairs)
- Renovate 5B North and East for Specialty Clinic — $11.5M (Department of Veterans Affairs)
View all Birmingham Industrial Construction, 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 →