NASA awards $2.2M engineering services contract to Victory Solutions, LLC for multi-mission requirements

Contract Overview

Contract Amount: $2,189,596 ($2.2M)

Contractor: Victory Solutions, LLC

Awarding Agency: National Aeronautics and Space Administration

Start Date: 2026-01-01

End Date: 2026-06-30

Contract Duration: 180 days

Daily Burn Rate: $12.2K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: CALL ORDER 01 - MSFC MULTI-MISSION REQUIREMENTS FOR CDM

Place of Performance

Location: HUNTSVILLE, MADISON County, ALABAMA, 35812

State: Alabama Government Spending

Plain-Language Summary

National Aeronautics and Space Administration obligated $2.2 million to VICTORY SOLUTIONS, LLC for work described as: CALL ORDER 01 - MSFC MULTI-MISSION REQUIREMENTS FOR CDM Key points: 1. Contract awarded via BPA Call, indicating a pre-competed framework. 2. Firm Fixed Price contract type suggests predictable costs for the government. 3. Performance period of 180 days indicates a short-term, focused requirement. 4. Awarded to a single contractor, Victory Solutions, LLC. 5. Geographic location of awardee is Alabama. 6. No small business set-aside was utilized for this specific call order.

Value Assessment

Rating: fair

The contract value of $2.2 million for 180 days of engineering services appears reasonable for specialized multi-mission requirements. Benchmarking against similar engineering service contracts is difficult without more detailed scope of work. However, the firm fixed-price nature provides cost certainty. The absence of a specific per-unit cost makes direct value-for-money assessment challenging without further context on the deliverables.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, likely through a Blanket Purchase Agreement (BPA) Call Order. This suggests that multiple vendors had the opportunity to bid on the underlying BPA, and this specific call order was likely competed among those BPA holders. The exact number of bidders for this specific call order is not provided, but the 'full and open' designation implies a competitive process.

Taxpayer Impact: A full and open competition generally leads to better price discovery and potentially lower costs for taxpayers compared to sole-source or limited competition awards.

Public Impact

The primary beneficiary is the National Aeronautics and Space Administration (NASA), specifically the Marshall Space Flight Center (MSFC). The contract will deliver engineering services to meet multi-mission requirements. The services will be performed in Alabama, supporting the local economy. The contract supports specialized engineering roles within the aerospace sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Engineering Services sector (NAICS 541330), a critical component of the aerospace industry. The aerospace engineering market is highly specialized, with significant government spending driven by defense and space exploration initiatives. Comparable spending benchmarks would typically involve analyzing other NASA or DoD contracts for similar engineering support, often measured by contract value relative to duration and scope.

Small Business Impact

This specific call order was not set aside for small businesses, as indicated by the 'sb': false field. While the underlying BPA might have provisions or opportunities for small business subcontracting, this particular award does not directly benefit small businesses through a set-aside mechanism. Further analysis of the BPA itself would be needed to understand broader small business participation.

Oversight & Accountability

Oversight for this contract would primarily reside with the National Aeronautics and Space Administration (NASA), specifically the contracting officer and program managers at the Marshall Space Flight Center. Accountability is established through the firm fixed-price terms and the defined performance period. Transparency is facilitated by the Federal Procurement Data System (FPDS), which reports contract awards. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

engineering-services, nasa, marshall-space-flight-center, bpa-call-order, firm-fixed-price, full-and-open-competition, alabama, aerospace, short-term-contract, victory-solutions-llc

Frequently Asked Questions

What is this federal contract paying for?

National Aeronautics and Space Administration awarded $2.2 million to VICTORY SOLUTIONS, LLC. CALL ORDER 01 - MSFC MULTI-MISSION REQUIREMENTS FOR CDM

Who is the contractor on this award?

The obligated recipient is VICTORY 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 $2.2 million.

What is the period of performance?

Start: 2026-01-01. End: 2026-06-30.

What is the specific nature of the 'multi-mission requirements' this contract addresses?

The provided data abbreviates the contract description as 'CALL ORDER 01 - MSFC MULTI-MISSION REQUIREMENTS FOR CDM'. 'MSFC' refers to NASA's Marshall Space Flight Center. 'CDM' could potentially stand for various technical or program acronyms within NASA, such as 'Cross-Domain Management' or a specific project name. Without further clarification on 'CDM' and the detailed scope of work associated with these 'multi-mission requirements', it is challenging to fully assess the technical complexity, associated risks, and the precise value delivered by Victory Solutions, LLC. This information is crucial for understanding how the $2.2 million investment aligns with NASA's strategic objectives and operational needs.

How does the $2.2 million award compare to similar engineering service contracts at NASA MSFC?

Benchmarking this $2.2 million award requires access to a broader dataset of NASA Marshall Space Flight Center (MSFC) engineering service contracts, particularly those with similar scopes and durations. The contract is for 180 days (approximately 6 months). If this represents a significant portion of MSFC's annual engineering support budget for a specific function, it might be considered substantial. Conversely, if MSFC manages numerous larger engineering contracts, this award could be seen as moderate. The firm fixed-price nature suggests a well-defined scope, which aids in value assessment. However, without comparative data on the number of bidders, the specific deliverables, and the pricing structures of comparable contracts, a definitive value-for-money comparison remains difficult.

What is Victory Solutions, LLC's track record with NASA and similar government contracts?

Victory Solutions, LLC has been awarded this specific contract by NASA's Marshall Space Flight Center. To assess their track record, one would need to examine their past performance on other federal contracts, particularly those with NASA or other agencies requiring similar engineering services. Key indicators include contract history (number of awards, value, duration), performance ratings (if available), and any history of contract disputes or terminations. A positive track record with successful past performance on complex engineering projects would increase confidence in their ability to meet the requirements of this $2.2 million award. Conversely, a limited or problematic history would raise concerns.

What are the potential risks associated with this contract award?

Potential risks include the possibility of scope creep if the 'multi-mission requirements' are not precisely defined, leading to cost overruns despite the firm fixed-price structure (though this is less likely with FFP). There's also performance risk, dependent on Victory Solutions, LLC's technical capabilities and resource availability for the 180-day period. Given the award is through a BPA Call Order, the risk associated with the initial BPA competition is assumed to be managed. However, the specific nature of the 'CDM' requirements and their complexity are unknown, posing a potential technical risk if they are highly specialized or novel.

How does the use of a BPA Call Order impact the competition and taxpayer value?

The use of a Blanket Purchase Agreement (BPA) Call Order implies that the foundational BPA was previously competed under full and open procedures, allowing multiple vendors to establish contract vehicles. This specific call order, while awarded to one entity (Victory Solutions, LLC), benefits from the initial competition of the BPA. This structure can streamline the procurement process for subsequent task orders, potentially reducing administrative costs. For taxpayers, it generally offers better value than a sole-source award, as the initial BPA competition should have driven competitive pricing. However, the level of competition for this specific call order among BPA holders is not detailed, which could influence the final price achieved.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 560 DISCOVERY DR NW, HUNTSVILLE, AL, 35806

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $2,268,197

Exercised Options: $2,268,197

Current Obligation: $2,189,596

Actual Outlays: $348,188

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 80MSFC25A0001

IDV Type: BPA

Timeline

Start Date: 2026-01-01

Current End Date: 2026-06-30

Potential End Date: 2026-06-30 00:00:00

Last Modified: 2026-03-26

More Contracts from Victory Solutions, LLC

View all Victory Solutions, LLC federal contracts →

Other National Aeronautics and Space Administration Contracts

View all National Aeronautics and Space Administration contracts →

Explore Related Government Spending