NASA Awards $41.6M Facilities Support Contract to Nova Space Solutions Under Full and Open Competition
Contract Overview
Contract Amount: $41,591,713 ($41.6M)
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: $13.8K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS INCENTIVE FEE
Sector: Other
Official Description: THIS COSMIC TASK ORDER IS CREATED FOR FUNDING OF THE COST-PLUS-INCENTIVE-FEE CLIN 9002 OF 80SSC025D0001.
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $41.6 million to NOVA SPACE SOLUTIONS, LLC for work described as: THIS COSMIC TASK ORDER IS CREATED FOR FUNDING OF THE COST-PLUS-INCENTIVE-FEE CLIN 9002 OF 80SSC025D0001. Key points: 1. The contract is a Cost-Plus-Incentive-Fee (CPIF) type, indicating shared risk and reward between NASA and the contractor. 2. Nova Space Solutions, LLC, is the sole awardee for this specific task order. 3. The contract duration is substantial, spanning over 8 years, suggesting a long-term need for these services. 4. The North American Industry Classification System (NAICS) code 561210 points to Facilities Support Services, a broad category.
Value Assessment
Rating: questionable
The Cost-Plus-Incentive-Fee (CPIF) structure can lead to cost overruns if not managed tightly. Benchmarking against similar long-term facilities support contracts is needed to assess if the target cost and incentive structure are reasonable.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which generally promotes competitive pricing. However, the CPIF structure requires careful monitoring to ensure the final price reflects value.
Taxpayer Impact: The long duration and CPIF nature necessitate robust oversight to ensure taxpayer funds are used efficiently and effectively for essential facilities support.
Public Impact
Ensures continued operation and maintenance of critical NASA facilities. Supports the agency's mission by providing essential infrastructure services. Potential for long-term employment opportunities related to facilities management. The extended contract period may offer stability for the awarded company and its workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration increases risk of cost escalation.
- CPIF contracts require diligent oversight to control costs.
- Potential for scope creep over the 8+ year period.
Positive Signals
- Awarded under full and open competition.
- Addresses essential facilities support needs.
- Long-term commitment provides stability.
Sector Analysis
Facilities Support Services (NAICS 561210) are crucial for government operations, encompassing a wide range of maintenance, repair, and operational activities. Spending in this sector can vary significantly based on the size and complexity of the facilities managed.
Small Business Impact
The data indicates this contract was not awarded to a small business (ss: false, sb: false). Further analysis would be needed to determine if small business set-asides were considered or if prime contractor subcontracting plans include small businesses.
Oversight & Accountability
The Cost-Plus-Incentive-Fee structure requires strong government oversight to ensure contractor performance aligns with cost and schedule objectives. Regular performance reviews and audits will be critical for accountability.
Related Government Programs
- Facilities Support Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Cost Overrun Risk (CPIF)
- Long Contract Duration (8+ years)
- Potential for Scope Creep
- Lack of Small Business Participation (Prime)
- Complexity of Facilities Management
Tags
facilities-support-services, national-aeronautics-and-space-administr, ms, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $41.6 million to NOVA SPACE SOLUTIONS, LLC. THIS COSMIC TASK ORDER IS CREATED FOR FUNDING OF THE COST-PLUS-INCENTIVE-FEE CLIN 9002 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 $41.6 million.
What is the period of performance?
Start: 2025-07-01. End: 2033-09-30.
What is the estimated target cost and the incentive fee structure for this CPIF contract?
The provided data does not specify the target cost or the incentive fee structure for this Cost-Plus-Incentive-Fee contract. Understanding these elements is crucial for evaluating the potential value and contractor motivation. A CPIF contract aims to incentivize the contractor to control costs by sharing savings or cost overruns with the government based on pre-defined targets and percentages.
How will NASA ensure cost control and prevent potential overruns with this long-term CPIF contract?
NASA will likely implement rigorous oversight mechanisms, including regular performance reviews, audits, and milestone tracking. Clear performance metrics and defined incentive targets within the CPIF structure are designed to motivate Nova Space Solutions to manage costs effectively. Proactive risk management and change control processes will also be essential throughout the contract's extensive duration.
What is the strategic importance of these facilities support services to NASA's overall mission?
Facilities support services are fundamental to NASA's mission, ensuring the operational readiness and safety of research centers, launch sites, and administrative buildings. Reliable maintenance, infrastructure management, and operational support directly enable scientific research, space exploration endeavors, and the overall functioning of the agency. The long-term nature of this contract suggests these facilities are critical and require sustained, dedicated support.
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: COST PLUS INCENTIVE FEE (V)
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: $205,387,909
Exercised Options: $205,387,909
Current Obligation: $41,591,713
Actual Outlays: $4,800,861
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $95,488
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)
- 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)
- This Cosmic Task Order IS Created for Funding the Cosmic Core Service (site Services) of the Firm Fixed Price Clin 1003 — $3.0M (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 →