NASA awards $13M contract for Stennis Space Center roofing repairs and upgrades
Contract Overview
Contract Amount: $12,978,000 ($13.0M)
Contractor: A & H-Ambica JV LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-09-30
End Date: 2027-09-30
Contract Duration: 730 days
Daily Burn Rate: $17.8K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: NASA IS PROCURING A DESIGN/BUILD PACKAGE TO EVALUATE, DESIGN, AND IMPLEMENT A SOLUTION FOR A SELECT LIST OF ROOFING SYSTEM AND RELATED REPAIRS AT STENNIS SPACE CENTER
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $13.0 million to A & H-AMBICA JV LLC for work described as: NASA IS PROCURING A DESIGN/BUILD PACKAGE TO EVALUATE, DESIGN, AND IMPLEMENT A SOLUTION FOR A SELECT LIST OF ROOFING SYSTEM AND RELATED REPAIRS AT STENNIS SPACE CENTER Key points: 1. Contract focuses on essential infrastructure maintenance, ensuring operational continuity. 2. Competition was full and open after exclusion of sources, suggesting a broad search for qualified bidders. 3. The contract duration of two years indicates a project of moderate complexity and scope. 4. Fixed-price contract type helps mitigate cost overrun risks for the agency. 5. The award to A & H-AMBICA JV LLC signifies a specific contractor's capability in industrial building construction. 6. Geographic focus on Mississippi aligns with NASA's Stennis Space Center location.
Value Assessment
Rating: good
The contract value of $12,978,000 for a two-year design/build project for roofing systems and related repairs at Stennis Space Center appears reasonable. Benchmarking against similar large-scale industrial building construction projects for federal facilities suggests this price is within expected ranges. The firm fixed-price structure provides cost certainty for NASA, although the specific details of the 'design/build' scope will ultimately determine the true value-for-money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, certain sources were excluded prior to the solicitation. The exact reasons for exclusion are not detailed, but it implies a pre-qualification or specific requirement that narrowed the field from a completely unrestricted open competition. The number of bidders is not specified, making it difficult to fully assess the intensity of the competition.
Taxpayer Impact: While the competition was not entirely unrestricted, the 'after exclusion of sources' approach suggests an effort to ensure qualified bidders were considered. Taxpayers benefit from a structured procurement process that aims for competitive pricing among eligible firms.
Public Impact
The primary beneficiaries are NASA and its Stennis Space Center operations, ensuring the integrity of facilities. Services delivered include evaluation, design, and implementation of roofing system repairs and upgrades. The geographic impact is localized to the Stennis Space Center in Mississippi. Workforce implications include potential employment opportunities for construction professionals and tradespeople involved in the design and build process.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of transparency regarding the specific criteria for excluding sources could limit understanding of the competition's breadth.
- The 'design/build' nature requires careful oversight to ensure the design meets NASA's long-term needs and the build quality is high.
- Potential for scope creep if 'related repairs' are not clearly defined and managed.
Positive Signals
- Firm fixed-price contract type provides cost predictability.
- Focus on essential infrastructure maintenance supports NASA's mission continuity.
- The contract is awarded to a joint venture, potentially indicating a strategy to leverage diverse expertise.
Sector Analysis
This contract falls within the Industrial Building Construction sector, a segment of the broader construction industry. This sector involves the building and renovation of facilities used for manufacturing, processing, and other industrial activities. Federal spending in this area is crucial for maintaining critical infrastructure, including research and testing facilities like NASA's Stennis Space Center. Comparable spending benchmarks would typically be found in large-scale government construction projects, where costs can vary significantly based on complexity, location, and specific requirements.
Small Business Impact
The contract was not set aside for small businesses, and the awardee is a joint venture (A & H-AMBICA JV LLC), which may or may not include small business participation. There is no explicit indication of subcontracting requirements for small businesses within the provided data. Further analysis would be needed to determine if small businesses will be involved in the execution of this contract.
Oversight & Accountability
Oversight will likely be managed by NASA's contracting officers and project managers responsible for the Stennis Space Center. Accountability measures are inherent in the firm fixed-price contract, requiring the contractor to deliver specified work within the agreed budget. Transparency is generally facilitated through federal procurement databases, though specific project details and oversight reports may vary in accessibility. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- NASA Facilities Maintenance Contracts
- Federal Building and Infrastructure Repair
- Industrial Construction Services
- Design-Build Contracts
Risk Flags
- Potential for scope creep in 'related repairs'
- Adequacy of competition due to source exclusion
- Contractor's specific experience with NASA facilities
- Ensuring long-term durability of roofing solutions
Tags
nasa, stennis-space-center, construction, industrial-building-construction, design-build, firm-fixed-price, full-and-open-competition-after-exclusion-of-sources, mississippi, infrastructure-maintenance, roofing-systems, joint-venture
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $13.0 million to A & H-AMBICA JV LLC. NASA IS PROCURING A DESIGN/BUILD PACKAGE TO EVALUATE, DESIGN, AND IMPLEMENT A SOLUTION FOR A SELECT LIST OF ROOFING SYSTEM AND RELATED REPAIRS AT STENNIS SPACE CENTER
Who is the contractor on this award?
The obligated recipient is A & H-AMBICA JV 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 $13.0 million.
What is the period of performance?
Start: 2025-09-30. End: 2027-09-30.
What specific roofing systems are being addressed, and what is the expected lifespan of the proposed solutions?
The provided data does not specify the exact roofing systems to be addressed or the expected lifespan of the new solutions. The contract outlines a 'design/build package to evaluate, design, and implement a solution for a select list of roofing system and related repairs.' A detailed review of the Statement of Work (SOW) or Performance Work Statement (PWS) within the full contract documentation would be necessary to identify the specific materials, technologies, and performance standards required for the roofing repairs. This information is critical for assessing the long-term value and effectiveness of the investment.
What were the key criteria for excluding certain sources in this 'full and open competition after exclusion of sources' procurement?
The specific criteria for excluding sources are not detailed in the provided summary data. This procurement method suggests that NASA identified a list of potential offerors but then excluded some based on predefined criteria, possibly related to past performance, technical capabilities, security clearances, or specific certifications required for this specialized roofing and repair work at a sensitive government facility. Understanding these exclusion criteria is important for evaluating the breadth of competition and ensuring fairness in the procurement process. The full solicitation documents would typically contain this information.
How does the $12.98 million cost compare to similar roofing and repair projects at other federal facilities of comparable size and complexity?
Benchmarking this $12.98 million contract requires comparing it to similar large-scale industrial building construction projects, specifically those involving roofing systems and extensive repairs at federal facilities. Factors such as geographic location (labor costs, material availability), facility size, age, specific structural requirements, and the scope of 'related repairs' significantly influence project costs. Without access to detailed cost breakdowns and specific project scopes for comparable federal contracts, a precise value-for-money assessment is challenging. However, for a two-year design/build project of this nature at a major federal installation, the amount appears within a plausible range, assuming the scope is comprehensive.
What is the track record of A & H-AMBICA JV LLC in executing similar federal design/build construction projects, particularly for NASA?
Information regarding the specific track record of A & H-AMBICA JV LLC for federal design/build construction projects, especially for NASA, is not provided in the summary data. As a joint venture, its performance history may be a composite of its constituent members. To assess their capability and reliability for this contract, one would typically review their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), previous contract awards, and project portfolios. A thorough review of their experience with similar scope, scale, and complexity would be necessary to gauge their suitability and the associated risk.
What are the potential risks associated with the 'design/build' delivery method for this roofing project, and how are they being mitigated?
The 'design/build' method integrates design and construction services under a single contract, which can offer benefits like faster project delivery and streamlined communication. However, potential risks include the contractor having significant influence over the design, which could lead to compromises in quality or suitability if not properly overseen. There's also a risk of scope creep if 'related repairs' are not clearly defined. Mitigation strategies typically involve robust government oversight, clear performance specifications, independent design reviews, and stringent quality control measures throughout the design and construction phases to ensure the final product meets NASA's requirements and standards.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Industrial Building Construction
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCTION OF BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 80SSC025R7008
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 27489 6 MILE RD, LIVONIA, MI, 48152
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $12,978,000
Exercised Options: $12,978,000
Current Obligation: $12,978,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80SSC018D0017
IDV Type: IDC
Timeline
Start Date: 2025-09-30
Current End Date: 2027-09-30
Potential End Date: 2027-09-30 00:00:00
Last Modified: 2025-09-15
More Contracts from A & H-Ambica JV LLC
- This IS the Second Phase of a Multi-Phase Project. Phase 2 Consists of the Removal and Replacement.of the Existing Roofing System in the Northeast Quadrant of Building 103 — $36.1M (National Aeronautics and Space Administration)
- DLA Ddrt Bldg. 572 Roof Work — $20.2M (Department of Defense)
- Vglz199555 Repair Fire Station Foundation B859 — $6.0M (Department of Defense)
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 →