NASA's $17.4M IT contract for Stennis Space Center awarded to SAITECH INC
Contract Overview
Contract Amount: $17,439,961 ($17.4M)
Contractor: Saitech Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2021-10-01
End Date: 2024-09-30
Contract Duration: 1,095 days
Daily Burn Rate: $15.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: INFORMATION TECHNOLOGY (IT) REQUIREMENTS TO BE PERFORMED AT STENNIS SPACE CENTER (SSC) WHICH INCLUDE PROVIDING SYSTEMS AND SERVICES TO NASA, RESIDENT ORGANIZATIONS, ONSITE CONTRACTORS AND ONSITE COMMERCIAL TENANTS.
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $17.4 million to SAITECH INC for work described as: INFORMATION TECHNOLOGY (IT) REQUIREMENTS TO BE PERFORMED AT STENNIS SPACE CENTER (SSC) WHICH INCLUDE PROVIDING SYSTEMS AND SERVICES TO NASA, RESIDENT ORGANIZATIONS, ONSITE CONTRACTORS AND ONSITE COMMERCIAL TENANTS. Key points: 1. Contract provides essential IT systems and services to NASA and other entities at Stennis Space Center. 2. The contract was awarded using full and open competition, suggesting a competitive bidding process. 3. The duration of the contract is three years, indicating a medium-term commitment. 4. The contract type is Firm Fixed Price, which helps in cost control and predictability. 5. The primary service category is Computer Systems Design Services, a critical IT function. 6. The contract is not set aside for small businesses, implying larger firms were likely involved in bidding.
Value Assessment
Rating: good
The contract value of $17.4 million over three years for comprehensive IT services at a NASA facility appears reasonable. Benchmarking against similar IT support contracts for government facilities of comparable size and complexity would provide a more precise value assessment. The firm fixed-price structure offers cost certainty for the government, mitigating risks associated with cost overruns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded through full and open competition, meaning all responsible sources were permitted to submit a bid. The presence of 5 bids indicates a healthy level of competition for this requirement. A competitive process generally leads to better pricing and service offerings for the government.
Taxpayer Impact: The full and open competition ensures that taxpayer dollars are used efficiently by driving down costs through market forces and encouraging multiple vendors to offer their best terms.
Public Impact
NASA personnel at Stennis Space Center benefit from reliable IT infrastructure and support. Resident organizations and onsite contractors at SSC receive essential IT services to perform their functions. Onsite commercial tenants at SSC are supported with IT services, facilitating their operations. The contract supports the technological infrastructure necessary for the scientific and research activities at Stennis Space Center. The IT services provided are crucial for the day-to-day operations and mission success of the facility.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if follow-on contracts are not competitively procured.
- Dependence on a single contractor for critical IT infrastructure could pose risks if performance falters.
Positive Signals
- Firm Fixed Price contract type provides cost predictability.
- Full and open competition suggests a robust bidding process.
- Award to SAITECH INC. indicates a selected vendor capable of meeting NASA's IT needs.
- The contract duration of three years allows for stable IT service delivery.
Sector Analysis
This contract falls within the Information Technology (IT) sector, specifically focusing on computer systems design and related services. The IT services market for government agencies is substantial, with significant spending allocated to maintaining and upgrading complex systems. This contract represents a portion of NASA's broader IT spending to ensure operational continuity and technological advancement at its research facilities.
Small Business Impact
The contract was not set aside for small businesses, and there is no indication of specific small business subcontracting requirements in the provided data. This suggests that the primary awardee, SAITECH INC., is likely a larger entity, and the competition was open to all qualified firms regardless of size. The absence of set-asides means direct opportunities for small businesses through this specific contract award are not explicitly defined.
Oversight & Accountability
Oversight for this contract would typically be managed by NASA's contracting officers and program managers at Stennis Space Center. Performance monitoring, adherence to contract terms, and quality assurance are standard oversight mechanisms. Transparency is generally maintained through contract award databases and reporting requirements, though specific details of ongoing oversight are not provided.
Related Government Programs
- NASA IT Support Services
- Stennis Space Center Operations
- Computer Systems Design Contracts
- Federal IT Infrastructure
Risk Flags
- Potential for cybersecurity vulnerabilities.
- Risk of contractor performance issues impacting operations.
- Dependence on a single vendor for critical IT functions.
Tags
information-technology, nasa, stennis-space-center, computer-systems-design, firm-fixed-price, full-and-open-competition, saitech-inc, mississippi, it-support, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $17.4 million to SAITECH INC. INFORMATION TECHNOLOGY (IT) REQUIREMENTS TO BE PERFORMED AT STENNIS SPACE CENTER (SSC) WHICH INCLUDE PROVIDING SYSTEMS AND SERVICES TO NASA, RESIDENT ORGANIZATIONS, ONSITE CONTRACTORS AND ONSITE COMMERCIAL TENANTS.
Who is the contractor on this award?
The obligated recipient is SAITECH 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 $17.4 million.
What is the period of performance?
Start: 2021-10-01. End: 2024-09-30.
What is SAITECH INC.'s track record with federal IT contracts, particularly with NASA?
SAITECH INC. has a history of performing IT services for federal agencies. While specific details on their past performance with NASA are not fully elaborated in the provided data, their selection for this contract suggests they met NASA's requirements. A deeper dive into their contract history, including past performance evaluations and any prior work at Stennis Space Center or similar NASA facilities, would offer a more comprehensive understanding of their capabilities and reliability. Reviewing contract databases for previous awards and task orders to SAITECH INC. could reveal the scope and success of their prior federal engagements.
How does the $17.4 million contract value compare to similar IT support contracts at other NASA centers or federal facilities?
The $17.4 million contract value over three years for comprehensive IT services at Stennis Space Center is a moderate investment for a federal facility of its nature. To benchmark effectively, one would compare this to IT support contracts at other NASA centers (e.g., Johnson Space Center, Kennedy Space Center) or similar research and development facilities managed by agencies like the Department of Energy or Department of Defense. Factors such as the number of users supported, the complexity of systems managed (e.g., high-performance computing, specialized research networks), and the scope of services (e.g., cybersecurity, cloud integration, help desk) heavily influence contract values. Without specific comparative data on these factors, a precise value-for-money assessment is challenging, but the amount appears aligned with the operational needs of a significant federal installation.
What are the primary risks associated with this IT services contract for NASA?
Key risks for this IT services contract include potential performance deficiencies by the contractor, SAITECH INC., which could disrupt critical operations at Stennis Space Center. Cybersecurity threats are a constant risk, requiring robust security measures from the contractor to protect sensitive NASA data and systems. Vendor lock-in could be a concern if future procurements are not managed competitively, potentially leading to higher costs or reduced innovation. Furthermore, changes in technology or NASA's mission requirements could necessitate contract modifications, introducing complexity and potential cost increases. Ensuring adequate oversight and clear performance metrics are crucial to mitigating these risks.
How effective is the 'Full and Open Competition' approach in ensuring optimal value for this specific IT contract?
The 'Full and Open Competition' approach is generally considered highly effective in ensuring optimal value for IT contracts. By allowing all responsible sources to bid, it fosters a competitive environment that drives down prices and encourages innovation. For this NASA contract, the fact that 5 bids were received indicates sufficient market interest and competition. This process allows NASA to select the offer that provides the best combination of technical capability and cost-effectiveness. The effectiveness is maximized when evaluation criteria are clearly defined and impartially applied, ensuring that the lowest price is not the sole determinant but rather the best overall value is achieved for the government and taxpayers.
What are the historical spending patterns for IT services at Stennis Space Center, and how does this contract fit within them?
Historical spending on IT services at Stennis Space Center would likely show a consistent need for systems design, integration, and support, reflecting the facility's role in research and development. This $17.4 million contract, spanning three years, represents a significant but likely typical investment for maintaining and enhancing the IT infrastructure required for such a complex environment. Previous contracts for IT support at SSC would provide a baseline for comparison. Analyzing trends in spending, contract types (e.g., fixed-price vs. cost-plus), and contractor performance over time would reveal whether this current contract aligns with established patterns or indicates a shift in NASA's IT procurement strategy for the center.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - IT MANAGEMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 80SSC021R0001
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1801 RESEARCH BLVD STE 540, ROCKVILLE, MD, 20850
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $110,458,496
Exercised Options: $61,507,064
Current Obligation: $17,439,961
Actual Outlays: $17,418,778
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QTCA19D00H9
IDV Type: FSS
Timeline
Start Date: 2021-10-01
Current End Date: 2024-09-30
Potential End Date: 2026-07-31 00:00:00
Last Modified: 2025-03-28
More Contracts from Saitech Inc
- Information Technology Services That Include Information Technology Planning, Policy and Management Services, Application and System Services, Audio Visual and Video Services, Communication Services and Technology Support Services AT Stennis Space Center. This Wide Range of Information Technology Services Will Support Stennis in Accomplishing Institutional, Program and Project Objectives for Nasa, Resident Organizations, Onsite Contractors and Onsite Commercial Tenants — $47.1M (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 →