NASA awards $1.27M BPA call order for acquisition support services to Seventh Sense, LLC

Contract Overview

Contract Amount: $1,274,534 ($1.3M)

Contractor: Seventh Sense, LLC

Awarding Agency: National Aeronautics and Space Administration

Start Date: 2024-04-01

End Date: 2026-02-28

Contract Duration: 698 days

Daily Burn Rate: $1.8K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: BLANKET PURCHASE AGREEMENT (BPA) CALL ORDER (OREDER) FOR ACQUISITION SUPPORT SERVICES AT JOHN C. STENNIS SPACE CENTER (SSC) AND MICHOUD ASSEMBLY FACILITY (MAF)

Place of Performance

Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529

State: Mississippi Government Spending

Plain-Language Summary

National Aeronautics and Space Administration obligated $1.3 million to SEVENTH SENSE, LLC for work described as: BLANKET PURCHASE AGREEMENT (BPA) CALL ORDER (OREDER) FOR ACQUISITION SUPPORT SERVICES AT JOHN C. STENNIS SPACE CENTER (SSC) AND MICHOUD ASSEMBLY FACILITY (MAF) Key points: 1. Contract awarded under full and open competition, suggesting a competitive bidding process. 2. The contract is a Blanket Purchase Agreement (BPA) Call Order, indicating it's a task order against a pre-existing agreement. 3. The duration of the contract is approximately 698 days, spanning from April 2024 to February 2026. 4. The primary service category is Administrative Management and General Management Consulting Services. 5. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 6. No small business set-aside was utilized for this specific BPA call order.

Value Assessment

Rating: good

The contract value of $1.27 million for acquisition support services over approximately two years appears reasonable given the scope. Benchmarking against similar administrative and management consulting services contracts awarded by NASA or other federal agencies would provide a more precise value-for-money assessment. The firm fixed-price structure helps control costs for the government, assuming the contractor can manage their expenses effectively within the agreed-upon price.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit a bid. The specific number of bidders is not provided, but this approach generally fosters a competitive environment, which can lead to better pricing and service quality. The agency's decision to use full and open competition suggests confidence in the market's ability to provide qualified contractors for these acquisition support services.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it maximizes the pool of potential offerors, increasing the likelihood of receiving competitive pricing and innovative solutions, thereby optimizing the use of public funds.

Public Impact

The primary beneficiaries are the National Aeronautics and Space Administration (NASA) facilities at John C. Stennis Space Center (SSC) and Michoud Assembly Facility (MAF), which will receive essential acquisition support. Services delivered include administrative management and general management consulting, crucial for efficient procurement and operational support. The geographic impact is concentrated at NASA's Stennis Space Center in Mississippi and Michoud Assembly Facility in Louisiana. Workforce implications are likely to involve skilled professionals in acquisition, contract management, and administrative support roles, potentially including both government personnel and contractor staff.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Administrative Management and General Management Consulting Services sector is a broad category encompassing a wide range of advisory and support functions for organizations. Federal agencies, particularly those with complex operational needs like NASA, frequently procure these services to enhance efficiency, manage projects, and optimize administrative processes. Spending in this sector can vary significantly based on agency priorities and project lifecycles. Comparable spending benchmarks would typically involve analyzing the average cost of similar consulting services across various federal agencies and contract sizes.

Small Business Impact

This specific BPA call order was not set aside for small businesses, as indicated by the 'ss' field being false. This suggests that the competition was open to all responsible sources, including large businesses. While this particular award did not directly benefit small businesses through a set-aside, the prime contractor, Seventh Sense, LLC, may still engage small businesses as subcontractors. Further analysis would be needed to determine if subcontracting opportunities exist and are being utilized.

Oversight & Accountability

Oversight for this contract will primarily reside with the National Aeronautics and Space Administration (NASA) contracting officers and program managers. As a BPA call order, it falls under the purview of the overarching BPA's oversight. Accountability measures are embedded within the firm fixed-price contract terms, requiring the contractor to deliver specified services within the agreed budget. Transparency is facilitated through federal procurement databases where contract awards are reported, though detailed performance metrics may not always be publicly accessible.

Related Government Programs

Risk Flags

Tags

nasa, acquisition-support, management-consulting, firm-fixed-price, full-and-open-competition, bpa-call-order, stennis-space-center, michoud-assembly-facility, mississippi, louisiana, administrative-services, federal-contract

Frequently Asked Questions

What is this federal contract paying for?

National Aeronautics and Space Administration awarded $1.3 million to SEVENTH SENSE, LLC. BLANKET PURCHASE AGREEMENT (BPA) CALL ORDER (OREDER) FOR ACQUISITION SUPPORT SERVICES AT JOHN C. STENNIS SPACE CENTER (SSC) AND MICHOUD ASSEMBLY FACILITY (MAF)

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 $1.3 million.

What is the period of performance?

Start: 2024-04-01. End: 2026-02-28.

What is the track record of Seventh Sense, LLC in performing similar acquisition support services for federal agencies?

Assessing the track record of Seventh Sense, LLC requires a review of their past performance on federal contracts, particularly those involving acquisition support, administrative management, and general management consulting. Information on contract history, past performance evaluations (e.g., CPARS reports), and any prior issues or successes would be crucial. Without specific data on Seventh Sense's prior performance, it is difficult to definitively assess their capability and reliability for this NASA contract. Agencies typically consider past performance as a significant factor in source selection, especially for competitive procurements.

How does the awarded price of $1.27 million compare to market rates for similar acquisition support services?

To benchmark the $1.27 million award against market rates, one would typically compare it to the average cost of similar acquisition support services provided to federal agencies of comparable size and complexity. This involves analyzing data from publicly available contract databases (like FPDS or SAM.gov) for contracts with similar North American Industry Classification System (NAICS) codes (e.g., 541611) and service descriptions. Factors such as contract duration, geographic location, and specific deliverables also influence pricing. A firm fixed-price contract, as used here, aims to provide cost certainty, but the initial pricing must be competitive. Without access to detailed pricing breakdowns or a comprehensive market analysis, a precise comparison is challenging, but the value appears reasonable for a two-year engagement supporting major NASA facilities.

What are the primary risks associated with this contract, and how are they being mitigated?

Primary risks for this contract include potential contractor underperformance, scope creep, and the possibility of cost overruns if the firm fixed-price (FFP) model is not managed effectively by the contractor. Contractor underperformance could lead to delays in critical acquisition processes at NASA facilities. Scope creep is a risk if the definition of 'acquisition support services' is not tightly managed, leading to the contractor performing work beyond the original intent. Mitigation strategies include robust contract oversight by NASA, clear definition of tasks and deliverables in the BPA call order, regular performance reviews, and adherence to the FFP structure which incentivizes the contractor to manage their own costs. The full and open competition also mitigates risk by selecting a contractor believed to be capable.

How effective is the firm fixed-price contract type in ensuring value for money for this acquisition support service?

The firm fixed-price (FFP) contract type is generally effective in ensuring value for money for acquisition support services because it places the primary responsibility for cost control on the contractor. Under an FFP agreement, the contractor is obligated to perform the work for a predetermined price, regardless of their actual costs. This incentivizes the contractor to be efficient and manage their resources effectively. For the government, it provides cost certainty, making budgeting more predictable. The value for money is realized if the contractor successfully delivers the required services at the agreed-upon price without compromising quality. Effective oversight by the agency is still necessary to ensure the contractor meets performance standards.

What is the historical spending pattern for acquisition support services at NASA's Stennis Space Center and Michoud Assembly Facility?

Analyzing historical spending patterns for acquisition support services at NASA's Stennis Space Center (SSC) and Michoud Assembly Facility (MAF) would involve examining past contract awards for similar services (NAICS 541611 and related codes) at these specific locations. This would reveal trends in contract values, types of services procured, dominant contractors, and the frequency of awards. Understanding historical spending helps in assessing whether the current $1.27 million BPA call order is consistent with past investments, or if it represents an increase or decrease in demand for these services. It also provides context for evaluating the competitiveness and pricing of current awards against historical benchmarks.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative 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

Solicitation ID: 80NSSC23Q0045

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: $3,853,422

Exercised Options: $1,316,531

Current Obligation: $1,274,534

Actual Outlays: $1,192,250

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 80NSSC24AA016

IDV Type: BPA

Timeline

Start Date: 2024-04-01

Current End Date: 2026-02-28

Potential End Date: 2029-02-28 00:00:00

Last Modified: 2026-04-07

More Contracts from Seventh Sense, LLC

View all Seventh Sense, LLC federal contracts →

Other National Aeronautics and Space Administration Contracts

View all National Aeronautics and Space Administration contracts →

Explore Related Government Spending