NASA awards $15.5M for test operations support, with Sierra Lobo Inc. as the contractor
Contract Overview
Contract Amount: $15,484,182 ($15.5M)
Contractor: Sierra Lobo Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-07-01
End Date: 2026-06-30
Contract Duration: 364 days
Daily Burn Rate: $42.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIXED PRICE LEVEL OF EFFORT
Sector: R&D
Official Description: TEST OPERATIONS CONTRACT COVERS TEST OPERATIONS SUPPORT FOR TEST CUSTOMERS, AS WELL AS THE OPERATION AND TECHNICAL SYSTEMS MAINTENANCE OF THE HIGH PRESSURE INDUSTRIAL WATER, HIGH PRESSURE GAS, AND CRYO PROPELLANT STORAGE SUPPORT AREAS.
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $15.5 million to SIERRA LOBO INC for work described as: TEST OPERATIONS CONTRACT COVERS TEST OPERATIONS SUPPORT FOR TEST CUSTOMERS, AS WELL AS THE OPERATION AND TECHNICAL SYSTEMS MAINTENANCE OF THE HIGH PRESSURE INDUSTRIAL WATER, HIGH PRESSURE GAS, AND CRYO PROPELLANT STORAGE SUPPORT AREAS. Key points: 1. Contract focuses on critical test operations and maintenance for specialized propellant storage areas. 2. The fixed-price level-of-effort contract type suggests a defined scope of work with payment tied to effort expended. 3. Competition was full and open after exclusion of sources, indicating a deliberate but not entirely unrestricted bidding process. 4. The contract duration of 364 days suggests a short-term operational need or a bridge to a larger requirement. 5. The North American Industry Classification System (NAICS) code 541712 points to research and development in physical and engineering sciences. 6. The contract's value is moderate within the context of large-scale aerospace R&D support services.
Value Assessment
Rating: good
The contract value of approximately $15.5 million for a one-year period appears reasonable for specialized test operations and maintenance services. Benchmarking against similar contracts for R&D support at NASA facilities would provide a more precise value-for-money assessment. The fixed-price level-of-effort structure aims to control costs while ensuring necessary services are rendered, but requires careful monitoring of effort expended to prevent overruns.
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 broad, specific sources may have been excluded for reasons not detailed in the provided data. The number of bids received (2) suggests a limited pool of interested and qualified contractors, which could impact price negotiation and potentially lead to higher costs compared to a fully open competition with numerous bidders.
Taxpayer Impact: The limited competition may mean taxpayers did not benefit from the most aggressive pricing achievable through a wider bidding process. However, the exclusion of sources might have been justified to ensure specialized capabilities were met.
Public Impact
The primary beneficiaries are NASA and its research and development programs requiring specialized test infrastructure. Services delivered include essential test operations support and technical systems maintenance for high-pressure industrial water, gas, and cryo propellant storage. The geographic impact is localized to the NASA facility where these test operations are conducted, likely in Mississippi given the state code. Workforce implications include employment for skilled technicians, engineers, and support staff involved in test operations and maintenance.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition could lead to higher costs for taxpayers.
- The 'after exclusion of sources' clause warrants further investigation into the rationale for excluding potential bidders.
- Fixed-price level-of-effort contracts can sometimes lead to scope creep if not managed meticulously.
Positive Signals
- Contract awarded to a single entity (Sierra Lobo Inc.) suggests a focused relationship for specialized services.
- The contract duration indicates a clear, defined period of performance.
- The fixed-price nature provides some cost certainty for the government, assuming effort is managed.
Sector Analysis
This contract falls within the Aerospace and Defense R&D support sector, a niche area requiring highly specialized technical expertise and infrastructure. The market for such services is characterized by a limited number of highly qualified contractors capable of meeting stringent government requirements. Spending in this sector is often driven by long-term national security and scientific exploration objectives, with contracts typically being large and complex.
Small Business Impact
The provided data indicates that small business participation (ss: false, sb: false) was not a primary consideration for this specific contract award. There is no indication of a small business set-aside or subcontracting requirements. This suggests the contract was awarded based on specialized capabilities rather than a focus on small business engagement, potentially limiting opportunities for small businesses in this particular procurement.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the National Aeronautics and Space Administration (NASA) contracting officers and program managers. Accountability measures are inherent in the fixed-price level-of-effort structure, requiring the contractor to justify expended effort. Transparency is generally maintained through contract award databases, though specific performance details may be less public. NASA's Office of Inspector General would have jurisdiction for audits and investigations if any irregularities were suspected.
Related Government Programs
- NASA Research and Development Contracts
- Aerospace Test and Evaluation Services
- Propellant Handling and Storage Contracts
- Engineering and Technical Support Services
Risk Flags
- Limited competition may result in higher costs.
- Potential for cost overruns if contractor effort is not managed.
- Dependence on a single contractor for critical operations.
Tags
nasa, research-and-development, test-operations, aerospace, fixed-price-level-of-effort, limited-competition, mississippi, sierra-lobo-inc, engineering-services, facility-maintenance
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $15.5 million to SIERRA LOBO INC. TEST OPERATIONS CONTRACT COVERS TEST OPERATIONS SUPPORT FOR TEST CUSTOMERS, AS WELL AS THE OPERATION AND TECHNICAL SYSTEMS MAINTENANCE OF THE HIGH PRESSURE INDUSTRIAL WATER, HIGH PRESSURE GAS, AND CRYO PROPELLANT STORAGE SUPPORT AREAS.
Who is the contractor on this award?
The obligated recipient is SIERRA LOBO INC.
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 $15.5 million.
What is the period of performance?
Start: 2025-07-01. End: 2026-06-30.
What is the track record of Sierra Lobo Inc. with NASA and similar government contracts?
Sierra Lobo Inc. has a history of performing services for NASA and other government agencies, often in specialized areas related to aerospace engineering, testing, and research. Their past performance on similar contracts would be a key factor in NASA's decision to award this current contract. A review of their contract history would reveal their success in meeting performance requirements, managing costs, and adhering to schedules on previous engagements. This includes assessing any past performance issues, such as contract disputes, terminations, or negative past performance reviews, which could indicate potential risks for this current contract. Understanding their experience with high-pressure systems and propellant handling would be particularly relevant.
How does the $15.5 million contract value compare to similar test operations support contracts at NASA?
The $15.5 million contract value for a one-year duration for test operations support is within a moderate range for specialized NASA services. However, direct comparisons are difficult without knowing the exact scope, complexity, and specific technologies involved. Contracts for large-scale, long-term test facility operations or development of new testing capabilities can run into hundreds of millions of dollars. Conversely, smaller, more focused support tasks might be valued in the low millions. Benchmarking this contract against others for similar propellant storage maintenance and test support at other NASA centers or Department of Defense facilities would provide a clearer picture of its relative value and cost-effectiveness.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential cost overruns due to the fixed-price level-of-effort structure if contractor effort is not efficiently managed, and performance failures in critical test operations that could impact NASA's R&D schedules. The 'after exclusion of sources' competition method also presents a risk of not achieving the best possible price. Mitigation strategies likely involve robust oversight by NASA contracting officers, detailed performance work statements, regular progress reviews, and potentially incentives or penalties tied to performance metrics. The limited number of bidders (2) also poses a risk of contractor dependency and potentially reduced innovation.
How effective is the 'Full and Open Competition After Exclusion of Sources' approach for this type of specialized service?
This competition approach is often used when specific, highly specialized capabilities are required that only a limited number of contractors possess. While it aims for broader competition than a sole-source award, excluding certain sources can limit the pool of potential bidders and may result in less competitive pricing than a truly unrestricted full and open competition. Its effectiveness hinges on the justification for excluding sources; if done appropriately to ensure necessary technical expertise, it can lead to a capable contractor. However, if exclusions are arbitrary, it can stifle competition and increase costs for taxpayers. The fact that only two bids were received suggests the exclusion criteria may have significantly narrowed the field.
What is the historical spending trend for test operations support at NASA, and how does this contract fit in?
Historical spending on test operations support at NASA fluctuates based on major program initiatives, facility upgrades, and research priorities. NASA consistently invests significant funds in maintaining and operating its unique testing infrastructure, which is crucial for aerospace development. This $15.5 million contract represents a specific, relatively short-term allocation for ongoing operational needs. It fits within the broader pattern of NASA's sustained investment in R&D infrastructure. Analyzing past years' spending on similar support services would reveal if this contract amount is consistent with historical levels or represents an increase or decrease, potentially indicating shifts in program focus or budget allocations.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
Product/Service Code: RESEARCH AND DEVELOPMENT › Space R&D Services
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 80SSC024R0006
Offers Received: 2
Pricing Type: FIXED PRICE LEVEL OF EFFORT (B)
Evaluated Preference: NONE
Contractor Details
Address: 102 PINNACLE DR, FREMONT, OH, 43420
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $54,702,415
Exercised Options: $54,702,415
Current Obligation: $15,484,182
Actual Outlays: $9,212,427
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS00Q14OADS616
IDV Type: IDC
Timeline
Start Date: 2025-07-01
Current End Date: 2026-06-30
Potential End Date: 2028-06-30 00:00:00
Last Modified: 2026-03-13
More Contracts from Sierra Lobo Inc
- Environmental Testing and Integration Services (etis) II This Statement of Work (SOW) Specifies the Requirements for on Site Contractor Supplied Environmental Test and Integration and Other Laboratory Operations Services to the Goddard Space Flight Center (gsfc). the Scope of These Services Includes the Following: Operation, Maintenance, and Upgrade of Environmental Test Equipment and Facilities Located in the Gsfc Building 7/10/15/29 Complex, Area 300 Magnetic Test Site and Other Technical Facilities Located AT Various Locations Within Gsfc Including the Manufacturing and Electroplating Equipment and Facilities Primarily Located in Gsfc Building 5/10/21 Shops Mechanical and Optical Integration of Spacecraft, Flight Experiment Components, Instruments, Sub-Assemblies and Systems Design, Fabricate, and Manufacture Custom Spacecraft, Flight Experiment Components, Instruments, Sub-Assemblies and Systems Design, Manufacture, and Operation of Ground Handling Equipment and Fixtures Design, Manufacture, and Operation of Optical Alignment and Calibration Systems Design, Manufacture and Installation of Space Flight Thermal Blankets Design, Manufacture and Installation of Space Flight and Ground Support System Cable Harnesses Design, Manufacture, and Installation of Technical Facilities Including Buildings, Building Elements, Utility Systems, and Technical Equipment and Systems Define, Analyze, and Resolve Electromagnetic Radiation Issues Relating to Facility and Satellite Ground Support Equipment Operation Within the Test Complex. Support Spectrum Signature Analysis to Insure Interference-Free and Safe Operation of ALL Facility-Located Near Electromagnetic Wave Sensing Devices. Test and Integration Engineering and Engineering Analysis Cleanroom Operation and Maintenance Contamination Control Services Using Qualified and Experienced Personnel Maintenance and Operation of Certain Physical Plant Systems Such AS Processed Water, Emergency Power, Ln2/Gn2 Storage Systems, Conditioned Cleanroom AIR Hvac and Humidity Systems Recertification (testing and Inspection) of Lifting Devices and Equipment (LDE), and (inspection) of Pressure Vessels and Pressurized Systems (PVS) AT Gsfc, Greenbelt, Wallops, and Other Offsite Locations. Maintenance of LDE AT Greenbelt Site Only, NOT AT Other Sites; Non-Destructive Examination Testing of LDE and PVS Facility and Operations Safety Data Acquisition and Analysis System Development and Management — $251.0M (National Aeronautics and Space Administration)
- Delivery Order for Line Item 001 Testcon of Outline Agreement Nnc05ca95c — $123.9M (National Aeronautics and Space Administration)
- Test Engineering Contract Mechanism — $58.5M (National Aeronautics and Space Administration)
- Building 65 Research and Development Structural Test Servcies — $43.2M (General Services Administration)
- R&D Space Flight and Associated Hardware AT Msfc (roll-Up Thru MOD 25) — $39.5M (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 →