NASA awards $343K for Motorola/Cisco gateways, with competition after source exclusion
Contract Overview
Contract Amount: $343,533 ($343.5K)
Contractor: Software Information Resource Corp.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-04-07
End Date: 2026-06-04
Contract Duration: 58 days
Daily Burn Rate: $5.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: MOTOROLA WAVE CISCO GATEWAYS AND ASSOCIATED MODULES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20037
Plain-Language Summary
National Aeronautics and Space Administration obligated $343,533.41 to SOFTWARE INFORMATION RESOURCE CORP. for work described as: MOTOROLA WAVE CISCO GATEWAYS AND ASSOCIATED MODULES Key points: 1. Spending is concentrated on specific hardware and software integration. 2. Competition was limited after initial exclusion of sources. 3. The contract duration is short, suggesting a specific need. 4. The sector is IT services, specifically computer-related services.
Value Assessment
Rating: fair
The contract value is relatively low for IT hardware and software. Benchmarking against similar gateway procurements is difficult without more specific technical details and contract history.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a prior decision to limit the pool of potential bidders. This method may impact price discovery and potentially lead to higher costs.
Taxpayer Impact: The taxpayer impact is minimal due to the low contract value, but the limited competition raises questions about cost-effectiveness.
Public Impact
Ensures operational continuity for specific NASA communication systems. Supports the use of established technology platforms (Motorola, Cisco). Potential for future, larger contracts if this solution proves effective.
Waste & Efficiency Indicators
Waste Risk Score: 59 / 10
Warning Flags
- Limited competition raises cost concerns.
- Lack of detailed technical specifications hinders full assessment.
- Short contract duration may indicate a stop-gap measure.
Positive Signals
- Addresses a specific, stated need for communication gateways.
- Utilizes known technology vendors.
Sector Analysis
This procurement falls within the IT sector, specifically 'Other Computer Related Services.' Spending benchmarks for similar gateway systems vary widely based on complexity and scale, but this appears to be a niche requirement.
Small Business Impact
The data indicates this contract was not awarded to a small business. Further analysis would be needed to determine if small businesses were excluded or if the requirement was inherently suited for larger vendors.
Oversight & Accountability
The contract was awarded by NASA, a federal agency with established oversight mechanisms. The 'exclusion of sources' clause warrants scrutiny to ensure fairness and justification.
Related Government Programs
- Other Computer Related Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Limited competition (exclusion of sources).
- Lack of detailed technical specifications.
- Short contract duration.
- No small business participation indicated.
Tags
other-computer-related-services, national-aeronautics-and-space-administr, dc, delivery-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $343,533.41 to SOFTWARE INFORMATION RESOURCE CORP.. MOTOROLA WAVE CISCO GATEWAYS AND ASSOCIATED MODULES
Who is the contractor on this award?
The obligated recipient is SOFTWARE INFORMATION RESOURCE CORP..
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 $343,533.41.
What is the period of performance?
Start: 2026-04-07. End: 2026-06-04.
What was the justification for excluding sources prior to the competition?
The justification for excluding sources prior to the competition is crucial for understanding the procurement's fairness and potential cost implications. Without this information, it's difficult to assess if the limited competition was necessary or if it resulted in a suboptimal price for taxpayers. Agencies typically exclude sources for reasons such as proprietary technology, urgent needs, or prior successful relationships, but these must be well-documented and justified.
How does the per-unit cost of these gateways compare to similar systems in the market?
Assessing the per-unit cost is challenging without specific details on the Motorola and Cisco gateway models and associated modules. However, given the limited competition and the nature of specialized IT hardware, the price could be higher than if a broader, open competition were held. Benchmarking against publicly available pricing for comparable enterprise-grade communication gateways would be necessary for a more definitive comparison.
What is the long-term strategy for these communication gateways and associated modules?
The short duration of this delivery order (approx. 2 months) suggests it might be a temporary solution or a bridge to a larger, future procurement. Understanding NASA's long-term strategy for its communication infrastructure is key. If this is a pilot or a short-term fix, the current spending is acceptable. However, if it represents an ongoing need, the limited competition and potential for higher costs become more significant concerns.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - NETWORK
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 80NSSC26929041Q
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 730 24TH ST NW STE 3, WASHINGTON, DC, 20037
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $343,533
Exercised Options: $343,533
Current Obligation: $343,533
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD74B
IDV Type: GWAC
Timeline
Start Date: 2026-04-07
Current End Date: 2026-06-04
Potential End Date: 2026-06-04 00:00:00
Last Modified: 2026-04-07
More Contracts from Software Information Resource Corp.
- Appian Licenses — $20.7M (Department of Health and Human Services)
- Appian Cloud Platform Software and Maintenance — $18.7M (Department of Labor)
- Salesforce Support Services — $8.4M (Department of Commerce)
- Akamai WEB Cache Services — $7.8M (Department of Health and Human Services)
- PSS - FY25 VCF Recompete Salesforce & Tableau Licenses — $7.2M (Department of Justice)
View all Software Information Resource Corp. federal contracts →
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 →