NASA awards $3.89M for Configuration and Data Management to Victory Solutions, LLC
Contract Overview
Contract Amount: $3,893,894 ($3.9M)
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: $21.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CONFIGURATION AND DATA MANAGEMENT (CDM) - CALL ORDER 02: MSFC SLS 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 $3.9 million to VICTORY SOLUTIONS, LLC for work described as: CONFIGURATION AND DATA MANAGEMENT (CDM) - CALL ORDER 02: MSFC SLS REQUIREMENTS FOR CDM Key points: 1. Contract value appears reasonable for specialized engineering services. 2. Full and open competition suggests a competitive bidding process. 3. No immediate risk indicators identified based on available data. 4. Services support critical NASA SLS program requirements. 5. Contract falls within the engineering services sector. 6. Firm-fixed-price contract type provides cost certainty.
Value Assessment
Rating: good
The contract value of approximately $3.89 million for 180 days of service appears to be within a reasonable range for specialized engineering support. Benchmarking against similar contracts for configuration and data management services within the aerospace sector would provide a more precise value assessment. The firm-fixed-price structure suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The agency sought proposals from a wide range of qualified contractors.
Taxpayer Impact: Full and open competition is the most advantageous for taxpayers as it maximizes the pool of potential bidders, thereby increasing the likelihood of receiving competitive pricing and innovative solutions.
Public Impact
Benefits NASA's Space Launch System (SLS) program by ensuring proper configuration and data management. Supports critical engineering and technical services for a flagship space exploration initiative. Geographic impact is primarily within Alabama, where the contractor is located and services are likely performed. Workforce implications include employment for specialized engineers and technical staff within Victory Solutions, LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Firm-fixed-price contract type provides cost certainty.
- Full and open competition suggests a robust bidding process.
- Contract supports a high-priority NASA program (SLS).
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), which encompasses firms providing specialized engineering expertise. The aerospace industry, particularly for programs like NASA's Space Launch System, relies heavily on such services for complex project management, design, and technical support. Comparable spending benchmarks for similar configuration and data management support within large-scale government engineering projects would be necessary for a detailed comparison.
Small Business Impact
The data indicates that this contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned. Therefore, the direct impact on the small business ecosystem for this particular award is likely minimal, unless Victory Solutions, LLC voluntarily engages small businesses in its subcontracting efforts.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and program officials within NASA's Marshall Space Flight Center. Accountability measures are inherent in the firm-fixed-price contract type, requiring the contractor to deliver specified services within the agreed-upon budget. Transparency is facilitated through federal procurement databases, though detailed performance metrics are usually internal.
Related Government Programs
- NASA Space Launch System (SLS)
- Configuration Management Services
- Data Management Services
- Engineering Services Contracts
Tags
engineering-services, configuration-management, data-management, nasa, space-launch-system, firm-fixed-price, full-and-open-competition, alabama, victory-solutions-llc, aerospace, call-order
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $3.9 million to VICTORY SOLUTIONS, LLC. CONFIGURATION AND DATA MANAGEMENT (CDM) - CALL ORDER 02: MSFC SLS 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 $3.9 million.
What is the period of performance?
Start: 2026-01-01. End: 2026-06-30.
What is the track record of Victory Solutions, LLC in performing similar configuration and data management services for NASA or other federal agencies?
Information regarding Victory Solutions, LLC's specific track record for configuration and data management services is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on previous federal contracts. Understanding their experience with large-scale aerospace programs like the SLS would be particularly relevant. Without this historical data, it is difficult to definitively assess their capability and reliability for this specific task.
How does the awarded price of $3.89 million compare to market rates for similar engineering services over a 180-day period?
The awarded price of approximately $3.89 million for a 180-day contract translates to roughly $21,633 per day. To benchmark this against market rates, one would need to compare it with the daily rates charged by similar engineering service providers for configuration and data management expertise within the aerospace sector. Factors such as the level of expertise required, the complexity of the tasks, and the specific deliverables will influence these rates. A detailed market analysis or review of historical pricing for comparable services would be necessary for a robust comparison.
Are there any identified risks associated with Victory Solutions, LLC as a contractor for this specific task?
Based solely on the provided data, there are no explicit risk flags or indicators mentioned regarding Victory Solutions, LLC. However, a thorough risk assessment would typically involve examining past performance, financial stability, any history of litigation or disputes, and compliance records. The firm-fixed-price contract type mitigates some financial risk for the government, but performance risks related to schedule adherence, quality of service, and technical execution would still need to be monitored throughout the contract duration.
What is the expected effectiveness of these configuration and data management services for the NASA SLS program?
The effectiveness of these services is crucial for the success of the NASA SLS program. Proper configuration and data management ensure that all components, documentation, and changes are accurately tracked, controlled, and communicated. This is vital for maintaining the integrity of the system design, facilitating integration, managing modifications, and ensuring compliance with stringent aerospace standards. The contractor's ability to deliver high-quality services will directly impact the program's efficiency, safety, and overall progress towards its mission objectives.
What has been the historical spending pattern for configuration and data management services supporting the NASA SLS program?
The provided data does not include historical spending patterns for configuration and data management services specifically for the NASA SLS program. To analyze this, one would need to access historical contract databases and financial reports from NASA, looking for previous awards related to SLS support, particularly for configuration and data management. Understanding past expenditures would help in assessing the current award's value in a broader historical context and identifying any trends in spending for these types of services.
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: $4,816,813
Exercised Options: $4,816,813
Current Obligation: $3,893,894
Actual Outlays: $794,302
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)
- Call Order 01 - Msfc Multi-Mission Requirements for CDM — $2.2M (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 →