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
- Limited public information on the specific 'multi-mission requirements' makes it difficult to assess the full scope and potential risks.
- The short performance period could indicate a need for rapid deployment, potentially increasing execution risk if not managed effectively.
Positive Signals
- The use of a BPA Call Order suggests that the foundational contract underwent a competitive process, potentially streamlining the award for this specific task.
- Firm Fixed Price contract type offers cost predictability for the government.
- Awarding to a single entity for a defined period can ensure focused execution.
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
- NASA Marshall Space Flight Center Support Services
- Aerospace Engineering Services Contracts
- BPA Call Orders
- Multi-Mission Support Contracts
Risk Flags
- Undefined Scope: The specific 'multi-mission requirements' and 'CDM' acronym are not detailed, creating uncertainty about the exact deliverables and technical challenges.
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 Services › Architectural, Engineering, and Related Services › Engineering 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
- Marshall Integrated Program Support Services (mipss) Configuration Management and Data Management (cmdm) Task Order — $171.6M (National Aeronautics and Space Administration)
- Clin 0001 Labor — $21.5M (Department of Defense)
- Configuration and Data Management (CDM) - Call Order 02: Msfc SLS Requirements for CDM — $3.9M (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 →