NASA awards $148K for Microchip Tech Transceivers & Development Boards to New Tech Solutions, Inc
Contract Overview
Contract Amount: $148,460 ($148.5K)
Contractor: NEW Tech Solutions, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-02-26
End Date: 2026-06-30
Contract Duration: 489 days
Daily Burn Rate: $304/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: MICROCHIP TECH TRANSCEIVERS & DEVELOPMENT BOARDS
Place of Performance
Location: GREENBELT, PRINCE GEORGES County, MARYLAND, 20771
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $148,459.9 to NEW TECH SOLUTIONS, INC. for work described as: MICROCHIP TECH TRANSCEIVERS & DEVELOPMENT BOARDS Key points: 1. Contract awarded for specialized microchip technology and development boards. 2. Competition was full and open after initial exclusion of sources, suggesting a competitive process. 3. The contract duration is 489 days, ending in June 2026. 4. The primary sector appears to be IT/Technology, given the nature of the goods.
Value Assessment
Rating: fair
The contract value of $148,599.90 is relatively small. Benchmarking against similar contracts for specialized microchip development boards is difficult without more specific data on the technology's complexity and market availability.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. This suggests an initial limited approach that was later opened, potentially to ensure broader market participation and better price discovery.
Taxpayer Impact: The taxpayer impact is minimal given the relatively low contract value. The focus is on acquiring specific technological capabilities for NASA's needs.
Public Impact
Supports NASA's research and development initiatives in advanced electronics. Potential for technological advancements stemming from the development boards. Ensures access to specialized components for critical aerospace projects.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific technical details on the transceivers and boards.
- Limited contract value may not attract the most innovative or cost-effective solutions.
- The 'exclusion of sources' phase could warrant further scrutiny for fairness.
Positive Signals
- Utilizes a competitive procurement process.
- Aims to acquire advanced technological components.
- Clear end date for contract performance.
Sector Analysis
This contract falls within the Information Technology and Research & Development sectors, focusing on specialized electronic components. Spending benchmarks for such niche development boards are highly variable and depend on technological sophistication.
Small Business Impact
The data does not indicate whether small businesses were involved in this procurement. Given the specialized nature of the technology, it's possible larger or specialized firms were the primary bidders.
Oversight & Accountability
The contract is managed by NASA. Standard oversight mechanisms for federal contracts would apply, including performance monitoring and financial accountability.
Related Government Programs
- Other Computer Related Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for limited innovation due to niche technology.
- Lack of detailed technical specifications.
- Contract duration is relatively short for development work.
- Unclear if small businesses were adequately considered.
Tags
other-computer-related-services, national-aeronautics-and-space-administr, md, delivery-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $148,459.9 to NEW TECH SOLUTIONS, INC.. MICROCHIP TECH TRANSCEIVERS & DEVELOPMENT BOARDS
Who is the contractor on this award?
The obligated recipient is NEW TECH SOLUTIONS, INC..
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 $148,459.9.
What is the period of performance?
Start: 2025-02-26. End: 2026-06-30.
What specific technological advancements or applications are these transceivers and development boards intended for within NASA's projects?
The specific applications are not detailed in the provided data. However, transceivers and development boards are typically used for communication systems, data processing, sensor integration, and prototyping of new electronic functionalities. For NASA, this could range from satellite communication upgrades to experimental hardware for space exploration missions.
How does the 'full and open competition after exclusion of sources' process ensure optimal value and mitigate risks compared to a standard full and open competition?
This process allows for an initial limited solicitation, potentially to identify specific capabilities or address unique requirements. Following this, it opens to full and open competition. This can mitigate risks by ensuring that even if initial niche providers are considered, the broader market has a chance to compete, potentially leading to better pricing and innovation, while ensuring critical needs are met.
What is the potential long-term impact of acquiring these specific microchip technologies on NASA's operational effectiveness or future research capabilities?
The long-term impact hinges on the specific capabilities these transceivers and boards enable. If they represent a significant leap in processing power, communication efficiency, or sensor integration, they could enhance data collection, mission reliability, and the feasibility of more ambitious future projects. Conversely, if they are incremental upgrades, the impact might be limited to maintaining current operational effectiveness.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - END USER
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: SEWP RFQ #335761
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4179 BUSINESS CENTER DR, FREMONT, CA, 94538
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $148,460
Exercised Options: $148,460
Current Obligation: $148,460
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SC82B
IDV Type: GWAC
Timeline
Start Date: 2025-02-26
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-04-07
More Contracts from NEW Tech Solutions, Inc.
- Trunked, Land Mobile Radio (LMR) System Maintenance Support Services — $52.8M (Department of Justice)
- NEW Tech Solutions INC:1110203 [19-001361] This Award IS Issued to NEW Tech Solutions Inc. in Accordance With FAR 16.505 to Purchase Adobe Software. the Award Features ONE (1) Base Year and Four (4) Option Years AS Seen Below: Base Year: 09/01 — $43.2M (Department of Health and Human Services)
- Ws-C3850-48u-E — $38.1M (Department of Defense)
- Amazon WEB Services — $37.7M (Department of Health and Human Services)
- IT Licenses — $23.4M (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 →