NASA Awards $3.28M for Closeout Support Services to Seventh Sense, LLC Under AWASS 2.0 BPA
Contract Overview
Contract Amount: $3,279,672 ($3.3M)
Contractor: Seventh Sense, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2024-04-01
End Date: 2027-02-28
Contract Duration: 1,063 days
Daily Burn Rate: $3.1K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CALL ORDER FOR CLOSEOUT SUPPORT SERVICES UNDER AGENCYWIDE ACQUISITION SUPPORT SERVICES (AWASS) 2.0 BLANKET PURCHASE AGREEMENT (BPA) 80NSSC24AA016.
Place of Performance
Location: WOODBRIDGE, PRINCE WILLIAM County, VIRGINIA, 22191
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $3.3 million to SEVENTH SENSE, LLC for work described as: CALL ORDER FOR CLOSEOUT SUPPORT SERVICES UNDER AGENCYWIDE ACQUISITION SUPPORT SERVICES (AWASS) 2.0 BLANKET PURCHASE AGREEMENT (BPA) 80NSSC24AA016. Key points: 1. Contract awarded for administrative management and general management consulting services. 2. Seventh Sense, LLC, a single entity, will provide the services. 3. The contract is a BPA Call under a larger agencywide agreement. 4. The contract duration is approximately 3 years, ending February 2027.
Value Assessment
Rating: fair
The contract is a firm-fixed-price call order under a BPA. Without knowing the specific tasks and deliverables, it's difficult to assess value definitively. However, the price appears reasonable for the duration and scope of closeout support services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating multiple vendors had the opportunity to bid. This method generally promotes competitive pricing and ensures the government receives fair value.
Taxpayer Impact: The award of $3.28 million represents a direct expenditure of taxpayer funds for essential administrative support services.
Public Impact
Ensures efficient closure of projects and contracts, potentially recovering funds or identifying efficiencies. Supports NASA's administrative functions, freeing up agency personnel for core missions. Provides specialized expertise in contract closeout procedures.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed tasking information makes precise value assessment challenging.
- BPA call structure requires careful monitoring to ensure scope creep is avoided.
Positive Signals
- Awarded under full and open competition.
- Firm-fixed-price contract type helps control costs.
- Long-term agencywide BPA provides a framework for future needs.
Sector Analysis
This contract falls under Administrative Management and General Management Consulting Services. Spending in this sector is common across federal agencies for specialized support functions. Benchmarks for similar contracts would require detailed task analysis.
Small Business Impact
The data indicates this contract was not set aside for small businesses, and the awardee, Seventh Sense, LLC, is not explicitly identified as a small business in this record. Further investigation would be needed to confirm.
Oversight & Accountability
The use of a BPA and call orders suggests an existing oversight framework. However, ongoing monitoring of performance, costs, and adherence to the BPA's terms is crucial for accountability.
Related Government Programs
- Administrative Management and General Management Consulting Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Limited detail on specific services provided.
- Potential for scope creep within the BPA call structure.
- Need to verify Seventh Sense, LLC's past performance.
- No explicit small business set-aside noted.
Tags
administrative-management-and-general-ma, national-aeronautics-and-space-administr, va, bpa-call, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $3.3 million to SEVENTH SENSE, LLC. CALL ORDER FOR CLOSEOUT SUPPORT SERVICES UNDER AGENCYWIDE ACQUISITION SUPPORT SERVICES (AWASS) 2.0 BLANKET PURCHASE AGREEMENT (BPA) 80NSSC24AA016.
Who is the contractor on this award?
The obligated recipient is SEVENTH SENSE, 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 $3.3 million.
What is the period of performance?
Start: 2024-04-01. End: 2027-02-28.
What specific closeout services are included in this call order, and how do they align with NASA's current needs?
The provided data lacks specific details on the closeout services. These typically include financial reconciliation, contract file closure, final payments, and dispute resolution. Understanding the precise scope is crucial to assess if the $3.28 million is justified and if the services directly address NASA's immediate needs for project and contract finalization.
What is the historical performance of Seventh Sense, LLC on similar government contracts, particularly regarding cost control and timely delivery?
Assessing Seventh Sense, LLC's past performance is vital for risk evaluation. Information on their track record with similar closeout support services, adherence to budgets, and meeting deadlines on previous contracts would provide insight into their reliability and potential risks. This data is not present in the current record.
How does the pricing structure of this BPA call compare to industry benchmarks for administrative management and general management consulting services?
The firm-fixed-price nature of this BPA call provides cost certainty. However, without detailed tasking and labor categories, a direct comparison to industry benchmarks is difficult. A thorough analysis would involve comparing proposed labor rates and estimated hours against market data for similar consulting services to ensure competitive pricing.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT 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: 14626 CROSSFIELD WAY, WOODBRIDGE, VA, 22191
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, 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: $5,590,925
Exercised Options: $3,279,672
Current Obligation: $3,279,672
Actual Outlays: $2,066,250
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 80NSSC24AA016
IDV Type: BPA
Timeline
Start Date: 2024-04-01
Current End Date: 2027-02-28
Potential End Date: 2027-02-28 00:00:00
Last Modified: 2026-01-21
More Contracts from Seventh Sense, LLC
- Sense Consulting Shall Provide Day-To-Day Program Support Services for the National Institutes of Health Information Technology Acquisition and Assessment Center (nitaac) AS Specified in the Statement of Work. SEE Attached. Seventh Sense Consulting, LLC:1229046 [17-004829] — $48.6M (Department of Health and Human Services)
- Provide Program Support Professional Services Required to Successfully Meet the National Institutes of Health Information Technology Acquisition and Assessment Center (nitaac) Mission — $14.6M (Department of Health and Human Services)
- Efast — $12.3M (Department of Transportation)
- Acquisition Support Services — $10.6M (Department of Commerce)
- THE Contractor Shall Provide Various On-Site and Contracting Officer Representative (COR) Approved Off-Site (also Referred to AS Telework) Services in Support of Contract and Interagency Agreement (IAA) Closeout to the Centers for Medicare & Medi — $4.3M (Department of Health and Human Services)
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 →