NASA's $68M Aerospace Facility Contract Awarded to Amentum Technology, Inc. Under Full and Open Competition
Contract Overview
Contract Amount: $68,293,278 ($68.3M)
Contractor: Amentum Technology, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 1999-10-22
End Date: 2004-07-31
Contract Duration: 1,744 days
Daily Burn Rate: $39.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: COST PLUS INCENTIVE
Sector: Aerospace
Official Description: AEROSPACE TESTING AND FACILITY OPERATION/MAINTENAN CE
Place of Performance
Location: MOUNTAIN VIEW, SANTA CLARA County, CALIFORNIA, 94035
Plain-Language Summary
National Aeronautics and Space Administration obligated $68.3 million to AMENTUM TECHNOLOGY, INC. for work described as: AEROSPACE TESTING AND FACILITY OPERATION/MAINTENAN CE Key points: 1. Contract value of $68.3 million for facility operation and maintenance. 2. Awarded to Amentum Technology, Inc. through full and open competition. 3. Potential risk associated with long-term facility operations and maintenance. 4. Spending falls within the broad 'Aerospace Testing' sector.
Value Assessment
Rating: good
The contract value of $68.3 million over approximately 4.8 years suggests a reasonable annual spend for specialized aerospace facility operations. Benchmarking against similar large-scale facility management contracts would provide further context.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using full and open competition, indicating a robust price discovery process. This method generally leads to more competitive pricing as multiple bidders vie for the contract.
Taxpayer Impact: Full and open competition aims to ensure taxpayer funds are used efficiently by securing the best value through a competitive bidding process.
Public Impact
Ensures continued operation and maintenance of critical aerospace testing facilities. Supports NASA's ongoing research and development missions. Provides stable employment for personnel involved in facility operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long-term contract duration may limit flexibility for future technology adoption.
- Reliance on a single contractor for critical infrastructure operations.
Positive Signals
- Full and open competition ensures market-driven pricing.
- Contract supports vital national aerospace research capabilities.
Sector Analysis
This contract falls under the broader aerospace sector, specifically focusing on the operation and maintenance of testing facilities. Spending benchmarks for similar large-scale facility management contracts would be relevant for comparison.
Small Business Impact
The data indicates the primary contractor is Amentum Technology, Inc., a large business. There is no explicit information on small business subcontracting participation in this award.
Oversight & Accountability
The contract was awarded by NASA, a federal agency with established oversight mechanisms. Further review of contract performance reports and audits would be necessary to assess accountability.
Related Government Programs
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for cost overruns in a long-term operational contract.
- Risk of contractor performance issues impacting critical research timelines.
- Dependence on a single entity for essential facility management.
- Need for robust oversight to ensure compliance and value.
Tags
national-aeronautics-and-space-administr, ca, dca, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $68.3 million to AMENTUM TECHNOLOGY, INC.. AEROSPACE TESTING AND FACILITY OPERATION/MAINTENAN CE
Who is the contractor on this award?
The obligated recipient is AMENTUM TECHNOLOGY, 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 $68.3 million.
What is the period of performance?
Start: 1999-10-22. End: 2004-07-31.
What is the specific scope of 'aerospace testing and facility operation/maintenance' covered by this contract?
The contract likely encompasses a wide range of activities including the upkeep of specialized testing equipment, infrastructure maintenance, environmental controls, safety protocols, and potentially the operation of unique testing environments like wind tunnels or vacuum chambers. The exact scope would be detailed in the contract's statement of work.
What are the key performance indicators (KPIs) used to measure Amentum Technology, Inc.'s performance?
Key performance indicators would typically include metrics related to facility uptime, maintenance response times, safety incident rates, adherence to operational schedules, and cost control. NASA would monitor these KPIs to ensure the contractor meets contractual obligations and maintains the readiness of the testing facilities.
How does the cost-plus-incentive fee structure impact overall cost efficiency for NASA?
A Cost Plus Incentive Fee (CPIF) contract allows the contractor to earn a higher profit if they meet or exceed certain cost and performance targets. This structure incentivizes the contractor to control costs and achieve specific objectives, potentially leading to greater cost efficiency for NASA compared to other contract types if targets are well-defined and achievable.
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation ID: RFP2-36564(RRG)
Offers Received: 2
Pricing Type: COST PLUS INCENTIVE (V)
Contractor Details
Parent Company: Jacobs Engineering Group Inc (UEI: 074103508)
Address: 600 WILLIAM NORTHERN BLVD., TULLAHOMA, TN, 04
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $-5,666,337
Exercised Options: $51,216,529
Current Obligation: $68,293,278
Timeline
Start Date: 1999-10-22
Current End Date: 2004-07-31
Potential End Date: 2004-07-31 00:00:00
Last Modified: 2009-03-02
More Contracts from Amentum Technology, Inc.
- THE Test and Operations Support Contract (tosc) IS a Cost-Plus-Award-Fee Contract With an Indefinite Delivery Indefinite Quantity Task Ordering Provision. Tosc Provides a Processing Contract for the Kennedy Space Center (KSC) Supporting Multiple Customers. the Scope of This Contract Includes Program Management and Control; Safety and Mission Assurance; Information Management; Processing Support Systems and Integration; Flight Hardware Processing; Ground Systems Operations, Maintenance and Sustaining Engineering; Logistics and Spaceport Services. Tosc Provides Overall Management and Implementation of Ground Systems Capabilities, Flight Hardware Processing and Launch Operations AT KSC in Florida. These Tasks Will Support the International Space Station, Ground Systems Development and Operations, and the Space Launch System, Orion Multi-Purpose Crew Vehicle and Launch Services Programs. Tosc Also Provides Ground Processing for Launch Vehicles, Spacecraft and Payloads in Support of Emerging Programs, Commercial Entities and Other Government Agencies AS Designated by the Government. Services Include Advanced Planning and Special Studies; Development of Designated Ground Systems; Operational Support for Design and Development of Flight Hardware and Ground Systems; Spacecraft, Payload, and Launch Vehicle Servicing and Processing; Ground Systems Services; and Logistics and Other Processing Support Services. Flight Hardware Processing and Servicing Activities Include Assembly, Integration, Checkout, and Depot-Level Maintenance and Repair. Launch Vehicle and Spacecraft Operations Include Advanced Planning, Element Processing, Integration, Test, Launch and Recovery Services. Ground Systems Services Include Operations, Maintenance and Validation of Associated Ground Systems and Support Equipment Necessary for Human Space Flight and Exploration. Contract Activities Will BE Performed in the Most Cost-Effective and Efficient Manner Supporting the Government S Priorities for Safety, Mission Success, Customer Satisfaction and Innovation While Maintaining Flexibility and Responsiveness to Changing Requirements. With the Award of This Contract, KSC IS Positioning Itself for the Next ERA of Space Exploration. KSC IS Transitioning to a 21st-Century Launch Facility With Multiple Users, Both Private and Government. a Dynamic Infrastructure IS Taking Shape, Designed to Host Many Kinds of Spacecraft and Rockets Sending People on America's Next Voyages in Space — $2.1B (National Aeronautics and Space Administration)
- Engineering Science Contract — $1.9B (National Aeronautics and Space Administration)
- Engineering Services and Science Capability Augmentation (essca) — $1.9B (National Aeronautics and Space Administration)
- Enterprise Core Services (enduring) — $979.2M (Department of Defense)
- Engineering Science and Technology — $874.0M (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 →