NASA Renews COMSOL License for $250K, Awarded to New Tech Solutions
Contract Overview
Contract Amount: $25,031 ($25.0K)
Contractor: NEW Tech Solutions, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-04-30
End Date: 2027-04-30
Contract Duration: 365 days
Daily Burn Rate: $69/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: FY26 COMSOL MULTIPHYSICS LICENSE SUBSCRIPTION RENEWAL
Place of Performance
Location: FREMONT, ALAMEDA County, CALIFORNIA, 94538
Plain-Language Summary
National Aeronautics and Space Administration obligated $25,030.83 to NEW TECH SOLUTIONS, INC. for work described as: FY26 COMSOL MULTIPHYSICS LICENSE SUBSCRIPTION RENEWAL Key points: 1. The renewal represents a modest annual cost for essential software. 2. Competition was full and open after exclusion of sources, suggesting a deliberate process. 3. Risk appears low given the nature of software subscription renewals. 4. The sector is IT services, specifically software licensing.
Value Assessment
Rating: good
The contract value of $250,308.83 for a one-year software license appears reasonable when benchmarked against typical enterprise software subscription costs. Without specific per-unit data, direct comparison is limited, but the overall price seems aligned with market rates for specialized simulation software.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition after exclusion of sources. This method implies that multiple vendors were considered, and the price discovery process likely resulted in a competitive price, even if specific competitors are not detailed.
Taxpayer Impact: The taxpayer impact is the direct cost of the software license, which is a standard operational expense for agencies utilizing specialized software for research and development.
Public Impact
Enables critical research and development activities within NASA. Supports advanced simulation and modeling for aerospace projects. Ensures continuity of operations for essential scientific tools.
Waste & Efficiency Indicators
Waste Risk Score: 69 / 10
Warning Flags
- Potential for price increases in future renewals.
- Dependence on a single vendor for critical software.
Positive Signals
- Supports advanced scientific research.
- Utilizes a competitive procurement process.
Sector Analysis
This contract falls within the Information Technology sector, specifically software licensing and related services. Spending benchmarks for similar software subscriptions vary widely based on the software's complexity and user base, but $250K for enterprise-level simulation software is within a common range.
Small Business Impact
The awardee, NEW TECH SOLUTIONS, INC., is not identified as a small business in the provided data. Further analysis would be needed to determine if small businesses were subcontracting opportunities or if the procurement strategy could have better supported small business participation.
Oversight & Accountability
The contract specifies a firm fixed price, which provides cost certainty. The procurement method of full and open competition after exclusion of sources suggests a level of oversight in ensuring fair market value was sought.
Related Government Programs
- Other Computer Related Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for vendor lock-in.
- Reliance on specialized software.
- Future price escalation risk.
- Limited visibility into specific competitive bids.
Tags
other-computer-related-services, national-aeronautics-and-space-administr, ca, delivery-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $25,030.83 to NEW TECH SOLUTIONS, INC.. FY26 COMSOL MULTIPHYSICS LICENSE SUBSCRIPTION RENEWAL
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 $25,030.83.
What is the period of performance?
Start: 2026-04-30. End: 2027-04-30.
What is the specific functionality and user base for this COMSOL license renewal?
The COMSOL Multiphysics license is used for advanced simulation and modeling across various scientific and engineering disciplines. Its specific functionality and user base within NASA would dictate its criticality and the potential impact of any disruption. Understanding the number of users and the breadth of applications provides context for the $250K expenditure.
What were the key factors in excluding other sources during the 'full and open competition after exclusion of sources' process?
The exclusion of sources typically occurs when specific technical requirements, existing infrastructure compatibility, or unique capabilities are necessary, limiting the pool of potential vendors. For software like COMSOL, this might relate to specific modules, integration needs with existing NASA systems, or specialized support requirements that only certain vendors can meet, justifying the narrowed competition.
How does the annual cost of this license compare to previous years or similar agency software procurements?
Benchmarking this $250K annual cost against historical renewals for the same software or against similar simulation software procured by other federal agencies is crucial for assessing value. A consistent or decreasing price trend would indicate good value, while a significant increase might warrant further investigation into market shifts or vendor pricing strategies.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 371916
Offers Received: 5
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: $25,031
Exercised Options: $25,031
Current Obligation: $25,031
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SC82B
IDV Type: GWAC
Timeline
Start Date: 2026-04-30
Current End Date: 2027-04-30
Potential End Date: 2027-04-30 00:00:00
Last Modified: 2026-04-01
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 →