NASA's $13.5M IV&V Services contract with The Titan Corporation awarded competitively
Contract Overview
Contract Amount: $13,475,061 ($13.5M)
Contractor: THE Titan Corporation
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2001-01-23
End Date: 2007-01-22
Contract Duration: 2,190 days
Daily Burn Rate: $6.2K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 51
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IV&V SERVICES
Place of Performance
Location: FAIRMONT, MARION County, WEST VIRGINIA, 26554
Plain-Language Summary
National Aeronautics and Space Administration obligated $13.5 million to THE TITAN CORPORATION for work described as: IV&V SERVICES Key points: 1. Contract value appears reasonable for independent verification and validation services over a six-year period. 2. Competitive award suggests potential for good price discovery, though specific bid data is unavailable. 3. Contract duration of six years presents moderate performance and vendor lock-in risks. 4. Firm Fixed Price contract type shifts risk to the contractor, potentially impacting cost overruns. 5. Services provided are critical for ensuring the reliability and security of NASA systems. 6. The contract falls within the broad category of IT and computer systems design services.
Value Assessment
Rating: good
The contract value of approximately $13.5 million over six years averages to about $2.25 million annually. This seems within a reasonable range for specialized Independent Verification and Validation (IV&V) services, especially for a federal agency like NASA. Benchmarking against similar large-scale IV&V contracts would provide a more precise value-for-money assessment, but the duration and scope suggest a fair price point was likely achieved through competition.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded as a 'COMPETITIVE DELIVERY ORDER', indicating it was competed under a broader indefinite-delivery indefinite-quantity (IDIQ) contract or similar vehicle. While the exact number of bidders for this specific delivery order is not provided, the 'full-and-open' competition designation implies a robust bidding process. This level of competition is generally favorable for achieving competitive pricing and ensuring a wide range of qualified vendors could participate.
Taxpayer Impact: A full and open competition generally benefits taxpayers by fostering a competitive environment that drives down prices and encourages innovation from multiple vendors.
Public Impact
The primary beneficiary is NASA, which receives crucial independent oversight for its complex systems. Services delivered include verification and validation, ensuring software and system integrity. The contract has a geographic impact in West Virginia, where the contractor is located. Workforce implications include employment for IT professionals specializing in IV&V services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration (6 years) could lead to vendor complacency or outdated methodologies if not actively managed.
- Firm Fixed Price contracts can sometimes lead to scope creep issues if not clearly defined, or quality compromises if contractor margins are squeezed.
- Reliance on a single contractor for critical IV&V services over an extended period poses a risk if performance degrades.
Positive Signals
- Competitive award process suggests a strong likelihood of receiving quality services at a fair price.
- The firm fixed price structure provides cost certainty for NASA, assuming the scope is well-managed.
- Specialized IV&V services are essential for ensuring the success and safety of complex aerospace projects.
Sector Analysis
This contract falls within the IT services sector, specifically Computer Systems Design Services (NAICS 541512). The market for IV&V services is specialized, often supporting large government programs and complex technological development. NASA's significant investment in space exploration and aeronautics necessitates robust IV&V to mitigate risks associated with cutting-edge technology. Comparable spending benchmarks would likely be found within other large federal agencies undertaking similar complex system development projects.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary impact on the small business ecosystem would be through potential subcontracting opportunities, which are not detailed here. Without specific subcontracting plans or goals, it's difficult to assess the direct benefit to small businesses from this particular award.
Oversight & Accountability
Oversight for this contract would typically be managed by NASA contracting officers and program managers. As a delivery order under a potentially larger IDIQ, oversight might be integrated into the parent contract's management structure. Transparency is generally facilitated through contract award databases like FPDS. Specific accountability measures would be detailed in the contract's statement of work and performance standards. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- NASA IT Services Contracts
- Federal IV&V Services
- Computer Systems Design Services
- Aerospace Technology Development Support
Risk Flags
- Long-term contract duration
- Potential for vendor lock-in
- Reliance on fixed-price for complex services
Tags
it-services, computer-systems-design, nasa, independent-verification-validation, competitive-delivery-order, firm-fixed-price, large-contract, aerospace, west-virginia, it-support
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $13.5 million to THE TITAN CORPORATION. IV&V SERVICES
Who is the contractor on this award?
The obligated recipient is THE TITAN CORPORATION.
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 $13.5 million.
What is the period of performance?
Start: 2001-01-23. End: 2007-01-22.
What was the specific statement of work for these IV&V services, and how did it align with NASA's project needs?
The provided data does not detail the specific statement of work (SOW) for this delivery order. However, Independent Verification and Validation (IV&V) services typically involve independent testing, analysis, and evaluation of software and systems to ensure they meet requirements, function correctly, and are secure. For NASA, these services are critical for missions involving complex hardware and software, such as spacecraft control systems, launch vehicle software, or mission planning applications. The SOW would have outlined the specific deliverables, testing methodologies, reporting requirements, and performance metrics that The Titan Corporation was obligated to meet to ensure the integrity and reliability of NASA's systems.
How does the $13.5 million contract value compare to other IV&V contracts awarded by NASA or similar agencies?
Without access to a comprehensive database of IV&V contracts with detailed scope and duration, a precise comparison is challenging. However, $13.5 million over six years ($2.25 million annually) appears to be a moderate-sized contract for specialized IV&V services. Larger, more complex programs or agency-wide IV&V support contracts could easily run into tens or hundreds of millions of dollars over similar or longer periods. Conversely, smaller, project-specific IV&V tasks might be awarded for less. The value suggests a significant but not necessarily massive undertaking, likely supporting a specific set of NASA projects or systems.
What are the key performance indicators (KPIs) used to assess The Titan Corporation's performance under this contract?
The provided data does not specify the Key Performance Indicators (KPIs) for this contract. Typically, for IV&V services, KPIs would focus on metrics such as the number of defects found and their severity, the thoroughness of test coverage, adherence to testing schedules, the accuracy and timeliness of validation reports, and the effectiveness of recommendations provided. NASA would likely have established specific, measurable, achievable, relevant, and time-bound (SMART) goals within the contract's SOW and Quality Assurance Surveillance Plan (QASP) to monitor the contractor's performance and ensure the value and integrity of the services provided.
What is The Titan Corporation's track record with federal IV&V contracts, particularly with NASA?
The provided data indicates The Titan Corporation was awarded this $13.5 million IV&V services contract by NASA. To assess their track record, one would need to examine their past performance on similar contracts, including any past performance evaluations, awards, or disputes. A deeper dive into federal procurement databases (like FPDS or SAM.gov) could reveal other contracts held by The Titan Corporation, their performance ratings, and their experience with NASA or other agencies requiring similar technical expertise. Without this additional context, it's difficult to definitively assess their specific track record beyond this single award.
What is the historical spending trend for IV&V services at NASA, and how does this contract fit within that trend?
The provided data only includes information for this single contract award. To understand historical spending trends for IV&V services at NASA, one would need to analyze procurement data over multiple fiscal years. This would involve querying databases for all contracts categorized under IV&V or related IT services (like systems design, testing, and evaluation) awarded by NASA. Analyzing the total dollar amounts, number of contracts, and types of services procured over time would reveal whether spending on IV&V has been increasing, decreasing, or remaining stable, and how this specific $13.5 million contract contributes to that overall picture.
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 › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Offers Received: 51
Pricing Type: FIRM FIXED PRICE (J)
Contractor Details
Address: 23 4TH AVE, BURLINGTON, MA, 06
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $14,168,701
Exercised Options: $14,168,701
Current Obligation: $13,475,061
Parent Contract
Parent Award PIID: GS35F4815G
IDV Type: FSS
Timeline
Start Date: 2001-01-23
Current End Date: 2007-01-22
Potential End Date: 2007-01-22 00:00:00
Last Modified: 2010-09-20
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 →