NASA awards $5.5M task order to HumanIT Solutions for NCMS lifecycle optimization
Contract Overview
Contract Amount: $5,521,551 ($5.5M)
Contractor: Humanit Solutions LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2023-12-14
End Date: 2026-09-28
Contract Duration: 1,019 days
Daily Burn Rate: $5.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: R&D
Official Description: TASK ORDER 3 - NASA CONTRACT MANAGEMENT SYSTEM (NCMS) LIFECYCLE OPTIMIZATION
Place of Performance
Location: BEAVERCREEK TOWNSHIP, GREENE County, OHIO, 45431
State: Ohio Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $5.5 million to HUMANIT SOLUTIONS LLC for work described as: TASK ORDER 3 - NASA CONTRACT MANAGEMENT SYSTEM (NCMS) LIFECYCLE OPTIMIZATION Key points: 1. Contract focuses on enhancing NASA's Contract Management System, crucial for R&D procurement. 2. Awarded under full and open competition, suggesting a competitive bidding process. 3. The task order is a firm-fixed-price type, indicating predictable costs for the agency. 4. Performance period spans nearly two years, allowing for substantial system development. 5. The North American Industry Classification System (NAICS) code 541715 points to significant R&D activities. 6. Contract value is modest relative to large-scale IT modernization projects.
Value Assessment
Rating: good
The contract value of $5.5 million for a task order focused on lifecycle optimization of a critical system appears reasonable. Benchmarking against similar IT modernization or system enhancement contracts within federal agencies, especially for specialized R&D support systems, would provide a clearer picture of value. The firm-fixed-price structure helps manage cost predictability. However, without specific details on the scope of work and deliverables, a definitive value-for-money assessment is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which indicates that NASA sought proposals from all responsible sources, but specific exclusions might have been applied based on prior arrangements or specific requirements. The fact that it was competed suggests multiple bidders likely participated, fostering price discovery and potentially leading to a more competitive price. The level of competition is a positive indicator for achieving fair market value.
Taxpayer Impact: A competitive award process generally benefits taxpayers by driving down costs and ensuring the government receives the best possible solution for its investment.
Public Impact
NASA's research and development activities will benefit from an optimized contract management system. The project aims to improve the efficiency and effectiveness of managing NASA's contracts. Contractors and researchers working with NASA will experience streamlined procurement processes. The project is based in Ohio, potentially impacting the local IT and R&D workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if lifecycle optimization requirements are not clearly defined.
- Dependence on contractor expertise for critical system enhancements.
- Integration challenges with existing NASA IT infrastructure.
Positive Signals
- Firm-fixed-price contract provides cost certainty.
- Full and open competition suggests a robust selection process.
- Focus on system optimization can lead to long-term efficiency gains.
Sector Analysis
This contract falls within the Research and Development sector, specifically focusing on IT systems that support the management of R&D contracts. The market for specialized IT services supporting government agencies, particularly those with complex procurement needs like NASA, is substantial. Comparable spending often involves system modernization, cloud migration, and cybersecurity enhancements for mission-critical platforms. The value of this task order is relatively small compared to broader federal IT spending but significant for its targeted application.
Small Business Impact
The data indicates this contract was awarded under full and open competition and does not specify any small business set-aside. Therefore, direct benefits to small businesses through this specific award are not apparent. However, the prime contractor, HumanIT Solutions LLC, may engage small businesses as subcontractors, depending on the project's needs and their subcontracting plan. Further analysis would be required to determine the extent of small business participation.
Oversight & Accountability
Oversight for this task order will likely be managed by NASA's contracting officers and program managers responsible for the Contract Management System. The firm-fixed-price nature of the contract provides a degree of cost control. Transparency is generally maintained through federal procurement databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.
Related Government Programs
- NASA Contract Management System (NCMS)
- Federal Procurement Data System (FPDS)
- Research and Development Contract Management
Risk Flags
- Potential for integration challenges with existing systems.
- Risk of disruption to ongoing contract management operations.
- Dependence on contractor's specific expertise for optimization.
Tags
nasa, it-services, r-and-d, contract-management, lifecycle-optimization, firm-fixed-price, full-and-open-competition, ohio, research-and-development, task-order, software-development
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $5.5 million to HUMANIT SOLUTIONS LLC. TASK ORDER 3 - NASA CONTRACT MANAGEMENT SYSTEM (NCMS) LIFECYCLE OPTIMIZATION
Who is the contractor on this award?
The obligated recipient is HUMANIT 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 $5.5 million.
What is the period of performance?
Start: 2023-12-14. End: 2026-09-28.
What is the specific scope of 'lifecycle optimization' for the NASA Contract Management System (NCMS)?
The term 'lifecycle optimization' for the NCMS suggests a comprehensive effort to improve the entire lifespan of the system, from initial development or acquisition through deployment, operation, maintenance, and eventual decommissioning. This could involve enhancing user interfaces, streamlining workflows, improving data management and reporting capabilities, ensuring compliance with current regulations, upgrading underlying technologies for better performance and security, and potentially integrating with other NASA systems. The goal is to make the NCMS more efficient, effective, and cost-beneficial throughout its operational life. Specific deliverables would detail the exact enhancements and improvements expected within the task order's performance period.
How does the $5.5 million value compare to similar IT system optimization contracts at NASA or other federal agencies?
A direct comparison of the $5.5 million value requires detailed knowledge of the scope and complexity of 'similar' contracts. For a task order focused on optimizing a specific system like NCMS, this amount can be substantial, especially if it involves significant software development, integration, or process re-engineering. However, compared to large-scale IT modernization programs or enterprise-wide system overhauls, $5.5 million is a moderate investment. Benchmarking would ideally involve looking at contracts for enhancing or optimizing other agency-specific management systems (e.g., financial, HR, grants management) with comparable user bases and functional requirements. The firm-fixed-price nature suggests a well-defined scope, which can make value assessment more straightforward if deliverables are clear.
What are the key performance indicators (KPIs) or metrics used to measure the success of this NCMS optimization task order?
While the provided data does not specify the KPIs, typical metrics for such a project would focus on improvements in efficiency, user satisfaction, and system performance. Examples could include reduction in contract processing times, decrease in error rates, improvement in data accuracy and accessibility, increased user adoption or satisfaction scores (measured through surveys), enhanced system uptime and response times, and successful integration with other relevant systems. The contract's statement of work would detail the specific, measurable, achievable, relevant, and time-bound (SMART) objectives and the KPIs used to track progress towards achieving them.
What is HumanIT Solutions LLC's track record with NASA or similar federal IT contracts?
Assessing HumanIT Solutions LLC's track record requires consulting federal procurement databases (like FPDS) and potentially contractor performance assessment reporting tools. Information on their past performance, including successful completion of similar IT optimization or contract management system projects, their history with NASA, and any performance issues or awards, would be crucial. A positive track record with relevant projects would increase confidence in their ability to successfully execute this task order. Conversely, a history of performance issues or limited experience in this specific domain might raise concerns.
What are the potential risks associated with optimizing a critical system like the NCMS, and how are they being mitigated?
Risks in optimizing a critical system like NCMS include potential disruption to ongoing contract management operations during the optimization phase, unforeseen technical challenges during integration or development, cybersecurity vulnerabilities introduced by changes, and the possibility of the optimization not yielding the expected benefits. Mitigation strategies often involve phased implementation, rigorous testing (including user acceptance testing), robust cybersecurity protocols, clear change management processes, and strong project management oversight. The firm-fixed-price contract structure incentivizes the contractor to manage risks effectively to stay within budget. NASA's program management will also play a key role in oversight and risk mitigation.
How does this contract align with NASA's broader IT modernization and digital transformation goals?
This task order aligns with NASA's likely broader goals of modernizing its IT infrastructure and embracing digital transformation. Optimizing a core system like the NCMS contributes to creating a more integrated, efficient, and data-driven environment. By enhancing the contract management lifecycle, NASA can improve its ability to procure the vast array of goods and services needed for its complex missions, from scientific research to space exploration. This supports the agency's strategic objectives by ensuring that its support systems are as advanced and effective as its scientific and engineering endeavors.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Product/Service Code: RESEARCH AND DEVELOPMENT › General Science and Technology R&D Services
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4058 COLONEL GLENN HWY, BEAVERCREEK TOWNSHIP, OH, 45431
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Service Disabled Veteran Owned Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $8,237,273
Exercised Options: $5,521,551
Current Obligation: $5,521,551
Actual Outlays: $5,004,931
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $1,167,206
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80NSSC23DA008
IDV Type: IDC
Timeline
Start Date: 2023-12-14
Current End Date: 2026-09-28
Potential End Date: 2026-09-28 00:00:00
Last Modified: 2026-03-09
More Contracts from Humanit Solutions LLC
- Replacing ITS Legacy Contract Writing System VIA the CMS Calm Effort. Oagm Requires Contractor Support to Develop the Calm System Using Modern Digital Product Teams That ARE Well-Versed in Industry Standard Software Architecture and Development Pract — $33.8M (Department of Health and Human Services)
- Dcids Continuous Improvement Support Phase III Sbir — $27.5M (Department of Defense)
- Deams Continuous Improvement DBA Support — $23.1M (Department of Defense)
- Humanit Idiq - Task Order 4 — $15.1M (National Aeronautics and Space Administration)
- Usaf/Osi Task Order-001 — $12.8M (Department of the Interior)
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 →