NASA awards $19.2M contract for display and promise technology RAID systems to Advanced Computer Concepts, Inc
Contract Overview
Contract Amount: $19,192 ($19.2K)
Contractor: Advanced Computer Concepts, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-04-08
End Date: 2026-05-07
Contract Duration: 29 days
Daily Burn Rate: $662/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: APPLE DISPLAY AND PROMISE TECHNOLOGY RAID SYSTEM
Place of Performance
Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $19,192.08 to ADVANCED COMPUTER CONCEPTS, INC. for work described as: APPLE DISPLAY AND PROMISE TECHNOLOGY RAID SYSTEM Key points: 1. Contract value of $19.2 million for a 29-day period suggests a high per-diem cost for specialized services. 2. The contract was awarded under full and open competition after exclusion of sources, indicating a competitive process with specific justifications. 3. The 'Other Computer Related Services' NAICS code (541519) covers a broad range of IT services, requiring further detail on the specific nature of the RAID system. 4. A short performance period of 29 days may indicate a pilot program, a specific project phase, or a rapid deployment need. 5. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 6. The award to Advanced Computer Concepts, Inc. warrants examination of their past performance and capacity for such specialized systems.
Value Assessment
Rating: fair
The contract value of $19.2 million for a 29-day period is exceptionally high, translating to a daily cost of approximately $662,000. Without specific details on the RAID system's capabilities and the services provided, it is difficult to benchmark this against similar contracts. However, this daily rate is significantly above typical IT service contracts and suggests either highly specialized, mission-critical technology or a potential for overpricing. Further analysis of the system's components and the contractor's proposed labor rates would be necessary for a comprehensive value assessment.
Cost Per Unit: Approximately $662,000 per day, which is exceptionally high and requires further justification based on the specific technology and services rendered.
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the competition was intended to be open, specific sources were excluded for reasons that would need to be documented in the contract file. The presence of 5 bidders suggests a reasonable level of competition, but the exclusion of certain sources could potentially limit the breadth of competitive offers and impact price discovery.
Taxpayer Impact: The competitive process, even with exclusions, aims to secure the best value for taxpayers. However, the exclusion of sources warrants scrutiny to ensure it did not unduly restrict competition and lead to a higher price than might have been achieved otherwise.
Public Impact
The primary beneficiaries are likely NASA's research and development or operational units requiring advanced data storage and retrieval systems. The services delivered pertain to the provision and potential integration of a RAID system, crucial for data integrity and accessibility. The geographic impact is centered around NASA facilities, likely in Virginia given the awardee's location. Workforce implications may involve specialized IT professionals for the deployment and maintenance of the RAID system.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Extremely high daily cost requires detailed justification for value for money.
- The 'exclusion of sources' in a full and open competition needs clear rationale to ensure fair competition.
- Short performance period (29 days) raises questions about the scope and urgency of the requirement.
- The broad NAICS code 'Other Computer Related Services' lacks specificity regarding the technology involved.
- Contractor's track record with similar high-value, short-duration specialized systems needs verification.
Positive Signals
- Awarded under full and open competition, indicating a structured procurement process.
- Firm Fixed Price contract type shifts cost risk to the contractor.
- Multiple bidders (5) suggest a degree of market interest and potential for competitive pricing.
- Awardee is based in Virginia, potentially supporting local or regional economic activity.
Sector Analysis
The contract falls within the Information Technology sector, specifically focusing on advanced data storage solutions. The market for high-performance RAID systems is competitive, with numerous vendors offering solutions ranging from enterprise-grade to specialized configurations. NASA's spending in this area is often driven by the need for robust data management in scientific research, space exploration, and mission operations. Benchmarking this contract's value is challenging without detailed specifications, but its high per-diem cost suggests a focus on cutting-edge or mission-critical technology.
Small Business Impact
This contract does not appear to have a small business set-aside component (ss: false, sb: false). The award to Advanced Computer Concepts, Inc., a company whose size is not specified here, means that subcontracting opportunities for small businesses would depend on the prime contractor's strategy. Without specific subcontracting plans mandated, the direct impact on the small business ecosystem is likely minimal unless the prime contractor actively seeks small business partners.
Oversight & Accountability
Oversight for this contract would primarily fall under NASA's contracting officers and program managers. Accountability measures are embedded in the Firm Fixed Price structure, requiring the contractor to deliver the specified system within the agreed-upon cost. Transparency is facilitated by the contract award data being publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- NASA IT Services Contracts
- Data Storage Solutions Procurement
- High-Performance Computing Contracts
- Advanced Technology Development Contracts
- Federal IT Hardware Procurement
Risk Flags
- High daily cost raises value-for-money concerns.
- Exclusion of sources requires justification to ensure fair competition.
- Short performance period may indicate urgency or limited scope, requiring clarity.
- Broad NAICS code lacks specificity on technology and services.
- Contractor's experience with similar specialized, high-value, short-term contracts needs verification.
Tags
nasa, it-services, raid-systems, advanced-computer-concepts-inc, firm-fixed-price, full-and-open-competition, other-computer-related-services, virginia, delivery-order, high-value, short-performance-period
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $19,192.08 to ADVANCED COMPUTER CONCEPTS, INC.. APPLE DISPLAY AND PROMISE TECHNOLOGY RAID SYSTEM
Who is the contractor on this award?
The obligated recipient is ADVANCED COMPUTER CONCEPTS, 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 $19,192.08.
What is the period of performance?
Start: 2026-04-08. End: 2026-05-07.
What is the specific nature and capability of the 'display and promise technology RAID system' being procured?
The provided data does not specify the exact nature or capabilities of the 'display and promise technology RAID system.' The NAICS code 541519 ('Other Computer Related Services') is very broad. A RAID (Redundant Array of Independent Disks) system is typically used for data storage, offering improved performance and/or redundancy. The 'display and promise technology' aspect suggests it might involve advanced visualization or data integrity assurance features. To understand the value and necessity of this $19.2 million contract for a 29-day period, detailed technical specifications, including the system's components, performance metrics, and intended use case within NASA, are crucial. Without this, the high daily cost of approximately $662,000 remains difficult to contextualize.
How does the per-unit cost or daily rate of this contract compare to similar RAID system procurements or IT services at NASA or other federal agencies?
The daily rate of approximately $662,000 for this contract is exceptionally high and significantly exceeds typical benchmarks for IT services or hardware procurements, even for specialized systems. Standard enterprise RAID solutions and associated IT support services usually range from thousands to tens of thousands of dollars per day, depending on complexity and scale. This rate suggests either a highly unique, cutting-edge technology with limited commercial availability, a critical mission requirement demanding immediate and specialized expertise, or potentially an inflated cost. A direct comparison is difficult without knowing the specific technological advancements or unique service components included in NASA's 'display and promise technology RAID system.' However, based on general market rates, this contract warrants a deep dive into its justification for value for money.
What are the specific reasons for excluding certain sources in a 'Full and Open Competition After Exclusion of Sources' award?
The designation 'Full and Open Competition After Exclusion of Sources' implies that the procurement was initially intended to be open to all responsible sources, but specific potential bidders were excluded. The reasons for such exclusions typically relate to factors like national security, proprietary information, unique capabilities held by only a few sources, or specific performance issues with certain contractors. For this NASA contract, the exclusion of sources would need to be formally documented and justified within the contract file, likely citing specific technical requirements or past performance issues that narrowed the field. Understanding these justifications is key to assessing whether the competition was truly as broad as possible and if the exclusion process potentially limited competitive pressure on pricing.
What is Advanced Computer Concepts, Inc.'s track record with similar high-value, short-duration, specialized technology contracts?
Information regarding Advanced Computer Concepts, Inc.'s specific track record with contracts of this nature (high-value, short-duration, specialized technology) is not detailed in the provided data. A thorough assessment would require reviewing their contract history, past performance evaluations, and experience with delivering complex RAID systems or similar advanced IT solutions. Given the $19.2 million value for just 29 days, their capacity to deliver, manage, and support such a system within this tight timeframe is critical. Examining their financial stability, technical expertise, and previous project successes or failures in comparable scenarios would be essential to gauge their reliability and the overall risk associated with this award.
What are the potential risks associated with a 29-day performance period for a $19.2 million contract?
A 29-day performance period for a $19.2 million contract presents several potential risks. Firstly, it suggests an extremely urgent or critical need, which can sometimes lead to rushed decision-making or less thorough vetting, potentially impacting value for money. Secondly, the short duration might indicate a pilot program, a temporary solution, or a specific, isolated task, raising questions about the long-term strategy and sustainability of the procured technology. Thirdly, it could imply a very high daily operational cost or a need for intensive, specialized support that is only required for a brief period. Finally, it might increase the risk of incomplete delivery or unforeseen issues arising that cannot be adequately addressed within the compressed timeframe, especially if the system requires complex integration or testing.
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 373018
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 7927 JONES BRANCH DR STE 600N, MC LEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $19,192
Exercised Options: $19,192
Current Obligation: $19,192
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: NNG15SD60B
IDV Type: GWAC
Timeline
Start Date: 2026-04-08
Current End Date: 2026-05-07
Potential End Date: 2026-05-07 00:00:00
Last Modified: 2026-04-10
More Contracts from Advanced Computer Concepts, Inc.
- DMR Power Amplifier's — $30.7M (Department of Defense)
- Q3865-Dc-Upgrade ICS-500 Upgrade to ICS- — $30.0M (Department of Defense)
- Renewal of Servicenow Licenses-Fpac — $27.0M (Department of Agriculture)
- Labor for Life Cycle Replacement Project (refresh) Product ID: 4EI.401 — $24.7M (Department of Commerce)
- Niwc Lant's Tasked by Mcsc to Provide Unique Transceivers, SW Defined Radios & Antennas, Along W/ Corresponding Cables Used to Interface W/ Highly Specialized Equipment. the Components ARE Currently Part of the Approved ATO — $17.1M (Department of Defense)
View all Advanced Computer Concepts, Inc. 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 →