NASA Awards $3.5M Cosmic Contract to Nova Space Solutions for Facilities Support
Contract Overview
Contract Amount: $3,497,161 ($3.5M)
Contractor: Nova Space Solutions, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-07-01
End Date: 2026-09-30
Contract Duration: 456 days
Daily Burn Rate: $7.7K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: COMBINED OPERATIONS, SERVICES, MAINTENANCE, AND INFRASTRUCTURE CONTRACT (COSMIC) BASE YEAR - CORE FIRM FIXED PRICE (FFP) FUNDING ORDER
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $3.5 million to NOVA SPACE SOLUTIONS, LLC for work described as: COMBINED OPERATIONS, SERVICES, MAINTENANCE, AND INFRASTRUCTURE CONTRACT (COSMIC) BASE YEAR - CORE FIRM FIXED PRICE (FFP) FUNDING ORDER Key points: 1. The contract is a Firm Fixed Price (FFP) order under the COSMIC vehicle, indicating a defined scope and cost. 2. Nova Space Solutions, LLC, is the awardee, with NASA as the agency and awarding office. 3. The contract duration is 456 days, starting July 1, 2025, and ending September 30, 2026. 4. This award falls under Facilities Support Services (NAICS 561210).
Value Assessment
Rating: good
The contract is a Firm Fixed Price (FFP) order, which is a standard pricing structure for services with defined scopes. Without specific benchmarks for similar facilities support contracts at NASA, a direct per-unit cost comparison is difficult, but the total value appears reasonable for the duration.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under Full and Open Competition, suggesting a competitive bidding process. This method generally promotes price discovery and ensures the government receives competitive pricing.
Taxpayer Impact: The use of full and open competition is expected to yield fair market value, benefiting taxpayers by ensuring efficient use of funds.
Public Impact
Ensures continued operation and maintenance of NASA facilities. Supports NASA's mission-critical infrastructure. Provides essential services for personnel and operations at NASA facilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if not managed tightly.
- Reliance on a single awardee for core facilities functions.
Positive Signals
- Clear FFP structure for cost control.
- Awarded through full and open competition.
- Supports critical NASA infrastructure.
Sector Analysis
This contract falls within the Facilities Support Services sector, which includes a wide range of services for the operation and maintenance of buildings and grounds. Spending in this sector can vary significantly based on the size and complexity of the facilities supported.
Small Business Impact
The data indicates that this contract was not awarded to a small business (ss: false, sb: false). Further analysis would be needed to determine if small business participation was incorporated as a subcontracting requirement.
Oversight & Accountability
The contract is an award under the COSMIC vehicle, which implies a pre-established oversight framework. NASA's procurement processes and contract management should ensure accountability for performance and financial stewardship.
Related Government Programs
- Facilities Support Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for cost overruns if scope is not well-defined.
- Dependence on contractor performance for critical facility operations.
- Lack of small business participation in the prime contract.
- Contract duration may not align with long-term facility needs.
Tags
facilities-support-services, national-aeronautics-and-space-administr, ms, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $3.5 million to NOVA SPACE SOLUTIONS, LLC. COMBINED OPERATIONS, SERVICES, MAINTENANCE, AND INFRASTRUCTURE CONTRACT (COSMIC) BASE YEAR - CORE FIRM FIXED PRICE (FFP) FUNDING ORDER
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 $3.5 million.
What is the period of performance?
Start: 2025-07-01. End: 2026-09-30.
What is the historical performance of Nova Space Solutions, LLC on similar government contracts?
Assessing Nova Space Solutions, LLC's past performance is crucial for understanding their capability to deliver on this contract. Reviewing their track record on previous government contracts, particularly those involving facilities support services, can reveal their reliability, quality of work, and adherence to schedules and budgets. This information helps predict their likelihood of success and identify any potential performance risks.
How does the awarded price compare to the government's independent cost estimate for these services?
Comparing the awarded price of $3.5 million to NASA's independent cost estimate (ICE) is vital for validating value for money. If the awarded price is significantly lower than the ICE, it suggests strong competition and potentially excellent pricing. Conversely, if it's higher, it warrants further investigation into the scope, assumptions, and the effectiveness of the competition.
What are the key performance indicators (KPIs) for this contract and how will they be monitored?
Defining and monitoring Key Performance Indicators (KPIs) is essential for ensuring the effectiveness of the facilities support services. KPIs might include response times for maintenance requests, uptime of critical systems, or customer satisfaction ratings. NASA's contract management team must have a robust system in place to track these KPIs and hold Nova Space Solutions accountable for meeting performance standards.
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: $4,467,597
Exercised Options: $4,467,597
Current Obligation: $3,497,161
Actual Outlays: $1,787,039
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: 2026-09-30
Potential End Date: 2026-09-30 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)
- 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 →