NASA awards $2.26M firm-fixed-price delivery order to NOVA SPACE SOLUTIONS, LLC for facilities support
Contract Overview
Contract Amount: $2,263,184 ($2.3M)
Contractor: Nova Space Solutions, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-07-01
End Date: 2033-09-30
Contract Duration: 3,013 days
Daily Burn Rate: $751/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS COSMIC TASK ORDER IS CREATED FOR FUNDING OF THE FIRM FIXED PRICE CLIN 9001 OF 80SSC025D0001.
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.3 million to NOVA SPACE SOLUTIONS, LLC for work described as: THIS COSMIC TASK ORDER IS CREATED FOR FUNDING OF THE FIRM FIXED PRICE CLIN 9001 OF 80SSC025D0001. Key points: 1. The contract is a firm-fixed-price delivery order, indicating a defined scope and cost. 2. Awarded under full and open competition, suggesting a competitive bidding process. 3. The duration of the contract is over 8 years, implying a long-term need for services. 4. Facilities Support Services are crucial for maintaining operational infrastructure. 5. The contract value is $2.26 million, representing a significant investment in support services. 6. The contractor, NOVA SPACE SOLUTIONS, LLC, is a single awardee for this task order.
Value Assessment
Rating: good
The contract value of $2.26 million over approximately 8 years suggests a moderate annual spend for facilities support. Benchmarking against similar long-term facilities support contracts would provide a clearer picture of value for money. The firm-fixed-price structure helps control costs, but the overall value depends on the scope and quality of services delivered. Without specific performance metrics or comparisons to industry standards for similar facilities, a definitive value assessment is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The specific number of bidders is not provided, but this method generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The open competition suggests that NASA sought the best value through a broad solicitation process.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the potential for cost savings and ensures that the government receives competitive pricing by allowing a wide range of qualified contractors to bid.
Public Impact
The primary beneficiaries are NASA facilities in Mississippi, ensuring operational readiness and maintenance. Services delivered include essential facilities support, likely encompassing maintenance, repair, and operational upkeep. The geographic impact is concentrated in Mississippi, where the supported facilities are located. Workforce implications may include job creation or retention for NOVA SPACE SOLUTIONS, LLC and its subcontractors in the Mississippi region.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration could lead to complacency if not actively managed.
- Dependence on a single contractor for critical facilities support poses a risk if performance degrades.
- Potential for scope creep if requirements are not clearly defined and managed throughout the contract lifecycle.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Full and open competition suggests a potentially competitive award process.
- Long-term nature allows for contractor investment in specialized knowledge and efficiency.
Sector Analysis
Facilities Support Services fall under the broader commercial and institutional building construction and management sector. This contract represents a specific service requirement for a government entity, NASA. The market for facilities management is competitive, with many providers offering a range of services from basic maintenance to complex building operations. Government contracts for these services are common across various agencies, supporting the vast infrastructure required for federal operations.
Small Business Impact
The data indicates that small business participation (ss and sb fields) is false for this specific award. Therefore, there is no indication of a small business set-aside. Subcontracting opportunities for small businesses would depend on NOVA SPACE SOLUTIONS, LLC's internal policies and the specific requirements of the task order, which are not detailed here. The absence of a set-aside means the primary focus was on full and open competition.
Oversight & Accountability
Oversight for this contract would typically be managed by the NASA contracting officer and the program office responsible for facilities management. Accountability measures are inherent in the firm-fixed-price contract, requiring delivery of specified services. Transparency is facilitated by the contract award being publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- NASA Facilities Maintenance Contracts
- Federal Facilities Support Services
- Government Building Operations and Maintenance
- Space Agency Infrastructure Support
Risk Flags
- Long-term contract duration may increase risk of contractor performance degradation.
- Potential for cost overruns if scope is not tightly managed.
- Dependence on a single contractor for critical infrastructure support.
Tags
nasa, facilities-support-services, mississippi, firm-fixed-price, delivery-order, full-and-open-competition, long-term-contract, federal-agency, service-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.3 million to NOVA SPACE SOLUTIONS, LLC. THIS COSMIC TASK ORDER IS CREATED FOR FUNDING OF THE FIRM FIXED PRICE CLIN 9001 OF 80SSC025D0001.
Who is the contractor on this award?
The obligated recipient is NOVA SPACE SOLUTIONS, 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 $2.3 million.
What is the period of performance?
Start: 2025-07-01. End: 2033-09-30.
What is the historical spending pattern for facilities support services at this specific NASA installation?
Analyzing historical spending for facilities support at the relevant NASA installation is crucial for understanding the context of this $2.26 million award. Without specific historical data for this installation, it's difficult to determine if this contract represents an increase, decrease, or stable level of investment. Generally, federal agencies aim to maintain operational infrastructure efficiently. Significant deviations from historical spending could indicate changes in facility needs, upgrades, or shifts in contracting strategies. A review of past contracts for similar services at this location would reveal trends in contract values, durations, and awarded contractors, providing a baseline against which the current award can be assessed for value and necessity.
How does the per-year cost of this contract compare to industry benchmarks for similar facilities support services?
To benchmark the per-year cost, we first calculate the approximate annual value by dividing the total contract value ($2,263,184.18) by the contract duration in years (approximately 8.25 years, from July 1, 2025, to September 30, 2033). This yields roughly $274,325 per year. Comparing this to industry benchmarks requires detailed knowledge of the specific services included (e.g., janitorial, HVAC maintenance, groundskeeping, security) and the size and complexity of the facilities being supported. General industry data suggests that facilities management costs can range significantly, often expressed as a percentage of building operating costs or a cost per square foot. Without a precise breakdown of services and facility square footage, a direct comparison is challenging. However, for a long-term, comprehensive support contract, this annual figure appears within a plausible range, assuming a moderately sized installation.
What is NOVA SPACE SOLUTIONS, LLC's track record with federal facilities support contracts?
Assessing NOVA SPACE SOLUTIONS, LLC's track record with federal facilities support contracts is vital for evaluating performance risk. Information on past performance, including contract history, client satisfaction, and any past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), would be necessary. A review of federal procurement databases (like SAM.gov or FPDS) could reveal previous awards to this company for similar services. Key indicators would include the number and value of previous contracts, the agencies they served, and whether they consistently met performance requirements. A history of successful, on-time, and within-budget delivery of facilities support services would be a positive signal, while a record of disputes, performance issues, or contract terminations would raise concerns.
What specific performance metrics are included in this delivery order to ensure service quality?
The provided data does not specify the performance metrics included in this delivery order. For a contract of this duration and importance, effective oversight typically relies on clearly defined performance standards and metrics. These might include response times for service requests, preventative maintenance completion rates, energy efficiency targets, safety compliance records, and customer satisfaction scores. The firm-fixed-price nature implies that the contractor is obligated to meet certain standards, but the absence of explicit metrics makes it difficult to objectively assess whether the government is receiving optimal value and quality. A thorough review of the full contract document would be needed to identify these critical performance indicators and their associated remedies for non-compliance.
Are there any known risks associated with NOVA SPACE SOLUTIONS, LLC as a contractor for this type of service?
Without access to detailed past performance reviews or financial health assessments, identifying specific risks associated with NOVA SPACE SOLUTIONS, LLC is speculative. However, general risks for any contractor in facilities support include potential staffing shortages, unexpected increases in material costs, or challenges in adapting to evolving facility technologies or environmental regulations. For a long-term contract, the risk of the contractor's financial stability or strategic direction changing over the 8+ year period should also be considered. If the company is relatively new or has limited experience with large-scale federal contracts, this could also represent a risk factor. A comprehensive risk assessment would involve reviewing CPARS data, financial reports, and any available litigation or protest history.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: OPERATION OF GOVT OWNED FACILITY › OPERATE GOVT OWNED BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3800 CENTERPOINT DR STE 1200, ANCHORAGE, AK, 99503
Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,770,000
Exercised Options: $4,770,000
Current Obligation: $2,263,184
Actual Outlays: $776,727
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80SSC025D0001
IDV Type: IDC
Timeline
Start Date: 2025-07-01
Current End Date: 2033-09-30
Potential End Date: 2033-09-30 00:00:00
Last Modified: 2026-03-19
More Contracts from Nova Space Solutions, LLC
- This Cosmic Task Order IS Created for Funding of the Cost Plus Incentive FEE Clin 9004 of 80ssc025d0001 — $119.0M (National Aeronautics and Space Administration)
- This Cosmic Task Order IS Created for Funding of the Cost-Plus-Incentive-Fee Clin 9002 of 80ssc025d0001 — $41.6M (National Aeronautics and Space Administration)
- Combined Operations, Services, Maintenance, and Infrastructure Contract (cosmic) Base Year - Core Cost-Plus Incentive FEE (cpif) Funding Order — $23.0M (National Aeronautics and Space Administration)
- This Cosmic Task Order IS Created for Funding of the Cosmic Core Services for Cost Price Incentive FEE Clin 1004 of 80ssc025d0001 — $18.2M (National Aeronautics and Space Administration)
- Combined Operations, Services, Maintenance, and Infrastructure Contract (cosmic) Base Year - Core Firm Fixed Price (FFP) Funding Order — $3.5M (National Aeronautics and Space Administration)
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 →