NASA's TWINS Meters contract awarded to Southwest Research Institute for over $11.5 million
Contract Overview
Contract Amount: $11,542,592 ($11.5M)
Contractor: Southwest Research Institute
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2001-07-15
End Date: 2014-03-31
Contract Duration: 4,642 days
Daily Burn Rate: $2.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: R&D
Official Description: THE TWO WIDE - ANGLE IMAGING NEUTRAL ATOM SPECTRO- (TWINS) METERS
Place of Performance
Location: SAN ANTONIO, BEXAR County, TEXAS, 78238
State: Texas Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $11.5 million to SOUTHWEST RESEARCH INSTITUTE for work described as: THE TWO WIDE - ANGLE IMAGING NEUTRAL ATOM SPECTRO- (TWINS) METERS Key points: 1. Contract value represents a significant investment in space-based research instrumentation. 2. Full and open competition suggests a robust market for this type of specialized technology. 3. Long contract duration (over 12 years) indicates a sustained need for the TWINS meters. 4. Cost Plus Fixed Fee (CPFF) pricing structure may allow for cost overruns. 5. The contract falls under the Research and Development sector, specifically physical sciences. 6. Performance was managed by NASA's own agency, indicating internal expertise. 7. Texas was the state of performance, potentially benefiting the local economy.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging due to its specialized nature and long duration. The total award of over $11.5 million over 12 years averages to approximately $960,000 per year. Without specific details on the TWINS meters' capabilities and comparable projects, it's difficult to definitively assess value for money. However, the CPFF contract type can sometimes lead to higher costs than fixed-price contracts if not managed tightly.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors were likely invited to bid. This competitive process is generally favorable for price discovery and ensuring the government receives competitive offers. The fact that it was competed suggests a market exists for the development and provision of such specialized scientific instrumentation.
Taxpayer Impact: A competitive award process helps ensure taxpayer dollars are used efficiently by driving down costs and encouraging innovation among potential bidders.
Public Impact
The primary beneficiaries are NASA scientists and researchers who utilize the TWINS meters for space exploration and scientific observation. The contract delivered specialized wide-angle imaging neutral atom spectro-meters, crucial for gathering data in space. Performance was centered in Texas, potentially creating or sustaining high-skilled jobs in the region. The project contributes to the advancement of space science and our understanding of the universe.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee (CPFF) contract type can incentivize contractors to increase costs to maximize their fee, potentially leading to less cost control.
- The long duration of the contract (over 12 years) increases the risk of scope creep or evolving technological requirements not being fully addressed.
- Lack of specific performance metrics or outcome data makes it difficult to fully assess the effectiveness and value delivered.
- The contract was awarded in 2001, and performance concluded in 2014; current relevance of the technology and its performance needs to be considered.
Positive Signals
- Awarded under full and open competition, suggesting a healthy market and potentially competitive pricing.
- The contract supported a critical scientific mission for NASA, contributing to space research.
- The contractor, Southwest Research Institute, is a reputable organization with a history of supporting government research and development.
- The long-term nature of the contract indicates a sustained need and successful delivery over an extended period.
Sector Analysis
This contract falls within the Research and Development (R&D) sector, specifically focusing on physical sciences and instrumentation for space applications. The market for specialized scientific instruments for space missions is typically niche, with a limited number of highly specialized contractors capable of meeting stringent requirements. NASA's spending in this area is crucial for advancing scientific knowledge and technological capabilities in space exploration. Comparable spending benchmarks would involve other NASA or defense contracts for similar scientific payloads or research equipment.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Given the specialized nature of developing and manufacturing advanced scientific instrumentation for space, it is common for such contracts to be awarded to larger, established research institutions or corporations with the necessary expertise and infrastructure. There is no explicit information on subcontracting plans for small businesses, but it is unlikely to be a primary focus for this type of highly technical R&D contract.
Oversight & Accountability
Oversight for this contract would have been primarily managed by the National Aeronautics and Space Administration (NASA), the awarding agency. As a definitive contract, it would be subject to standard federal procurement regulations and oversight mechanisms. Specific oversight details, such as performance reviews, audits, and reporting requirements, would be outlined in the contract terms. Transparency is generally maintained through contract award databases and public reporting of federal spending.
Related Government Programs
- NASA Space Science Missions
- Scientific Instrument Development
- Space Exploration Research
- Advanced Technology Development
- Physical Sciences Research
Risk Flags
- Long contract duration may increase risk of scope creep or obsolescence.
- CPFF contract type can lead to less cost certainty compared to fixed-price.
- Lack of detailed performance metrics makes value assessment difficult.
Tags
nasa, research-and-development, space-science, scientific-instrumentation, definitive-contract, cost-plus-fixed-fee, full-and-open-competition, texas, physical-sciences, aerospace, long-term-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $11.5 million to SOUTHWEST RESEARCH INSTITUTE. THE TWO WIDE - ANGLE IMAGING NEUTRAL ATOM SPECTRO- (TWINS) METERS
Who is the contractor on this award?
The obligated recipient is SOUTHWEST RESEARCH INSTITUTE.
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 $11.5 million.
What is the period of performance?
Start: 2001-07-15. End: 2014-03-31.
What was the specific scientific purpose and expected outcome of the TWINS Meters project?
The TWINS (Two Wide-Angle Imaging Neutral Atom Spectrometers) project aimed to provide crucial data for understanding the dynamics of the Earth's magnetosphere and its interaction with the solar wind. These neutral atom imagers were designed to observe energetic neutral atoms (ENAs) originating from within the magnetosphere, offering a unique perspective on plasma processes. The expected outcomes included enhanced understanding of space weather phenomena, improved prediction of geomagnetic storms, and a deeper insight into the fundamental physics governing our near-Earth space environment. This data is vital for protecting satellites, communication systems, and astronauts from the hazards of space weather.
How does the Cost Plus Fixed Fee (CPFF) contract structure compare to other contract types for R&D projects, and what are its implications for cost control?
Cost Plus Fixed Fee (CPFF) contracts are common for research and development projects where the scope of work is not precisely defined at the outset, or where innovation and exploration are key objectives. In a CPFF contract, the contractor is reimbursed for all allowable costs incurred, plus a fixed fee that represents profit. This structure incentivizes the contractor to complete the work but does not directly tie profit to cost savings, unlike fixed-price contracts. The primary implication for cost control is that the government bears the risk of cost overruns. Effective oversight and rigorous cost monitoring by the agency are crucial to manage expenditures and ensure the fixed fee remains appropriate for the effort expended. Compared to fixed-price contracts, CPFF offers more flexibility for R&D but potentially less cost certainty for the government.
What is the typical track record of Southwest Research Institute (SwRI) in performing NASA contracts, particularly in R&D for scientific instrumentation?
Southwest Research Institute (SwRI) has a long and distinguished track record of supporting NASA and other government agencies in research and development, particularly in the areas of space science and instrumentation. SwRI is a non-profit applied research and development organization known for its expertise in a wide range of scientific and engineering disciplines. They have been involved in numerous space missions, contributing to instrument design, development, fabrication, and testing. Their involvement often spans from conceptual studies to flight hardware. SwRI's history with NASA includes contributions to various planetary missions, Earth science instruments, and space physics research. Their consistent performance on complex, high-technology projects suggests a strong capability to meet NASA's demanding requirements for scientific payloads and research endeavors.
Considering the contract's duration (2001-2014), how might technological advancements have impacted the relevance and performance of the TWINS meters?
A contract spanning from 2001 to 2014, covering a period of significant technological advancement, raises questions about the evolving relevance and performance of the TWINS meters. During this era, advancements in sensor technology, data processing, miniaturization, and power efficiency were rapid. While the TWINS meters were state-of-the-art upon their development, newer technologies may have emerged that offer improved sensitivity, resolution, or reduced size and power consumption. It's possible that the instruments were upgraded or modified during the contract period to incorporate newer capabilities. However, without specific details on upgrades or post-contract activities, it's reasonable to assume that by the end of the contract and certainly in the years since, newer generations of instruments may have surpassed the original TWINS meters in certain performance metrics. The data collected, however, remains valuable for historical analysis.
What does the '541710' NAICS code signify in terms of the type of work performed and the typical contractors involved?
The North American Industry Classification System (NAICS) code '541710' specifically designates 'Research and Development in the Physical, Engineering, and Life Sciences.' This code covers establishments primarily engaged in conducting research and experimental development in natural sciences, engineering, and technology. This includes activities like basic research, applied research, and experimental development. Contractors operating under this code are typically highly specialized organizations, including universities, non-profit research institutes (like Southwest Research Institute), and private R&D firms. The work often involves significant intellectual capital, advanced laboratory facilities, and highly skilled scientific and technical personnel. Contracts awarded under this NAICS code are generally for innovative projects requiring deep scientific understanding and problem-solving capabilities.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences
Product/Service Code: RESEARCH AND DEVELOPMENT › Space R&D Services
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Contractor Details
Address: 6220 CULEBRA RD, SAN ANTONIO, TX, 78238
Business Categories: Category Business, Nonprofit Organization, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $11,542,592
Exercised Options: $11,542,592
Current Obligation: $11,542,592
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Timeline
Start Date: 2001-07-15
Current End Date: 2014-03-31
Potential End Date: 2014-03-31 00:00:00
Last Modified: 2018-04-10
More Contracts from Southwest Research Institute
- TAS::80 0120::TAS AS the Principal Investigator (PI) Institution for the Magnetospheric Multiscale (MMS) Instrument Suite Science Team (isst), the Contractor IS Responsible for Leading the Solving Magnetospheric Acceleration Reconnection and Turbulence (smart) Team Through ALL Mission Phases. the Scope of Work Shall Include, BUT NOT BE Limited, to the Following: - Manage the Smart Team Through Phases B Through E of the MMS Mission, - Defining Science Goals and Objectives - Assist the MMS Project and HQ Science Mission Directorate Heliophysics Division in the Preparation of Level 1 Requirements for the MMS Mission - Flow-Down of Top-Level Mission Requirements to the Appropriate Elements of the Instrument Suite - Design, Fabrication, Integration, Calibration, Testing and Delivery of Four Fully Qualified, Flight Instrument Suites to Observatory Integration and Test (I&T) Plus Spares - Design, Development, Integration and Testing of the SOC - Support Observatory-Level I&T Activities - Provide Sustaining Engineering and I&T Support of the Instrument Suites After Delivery to Nasa - Responsibility for the On-Orbit Operation, Health and Safety of the Instrument Suites - Responsibility for Operating and Maintaining the SOC Post-Launch - Establishing and Managing Subcontracts With Instrument Suite Team Members - Establishing and Maintaining the Required International Traffic in Arms Regulations (itar) and Export Control Documentation Necessary for Working With ITS International Team Members - Implementation of an EPO Program for the MMS Mission — $383.4M (National Aeronautics and Space Administration)
- THE National Aeronautics and Space Administration HAS Selected Juno NEW Frontiers Mission Under the Direction of Principal Investigator (PI) DR. Scott Bolton to Continue Development With the Expectation That the Juno Mission Will Enter Phase B in Early Fiscal Year 2006. the Juno Mission Will BE Managed by the Marshall Space Flight Center, NEW Frontiers Program Office. KEY Juno Team Members Include DR. Bolton's Home Institution, the Southwest Research Institute (swri), the Juno Implementation Team Leader JET Propulsion Laboratory (JPL) and the Spacecraft BUS Provider the Lockheed Martin Space Systems Division (lm/Ss). the PI'S Team AT Swri Needs to Begin Work on a Subset of Phase B Activities AS Early in FY06 AS Possible. This SOW Provides a List of Activities That ARE Necessary to Begin Work in FY06 and Their Associated Deliverables. the Juno Mission IS a Collaboration Between Southwest Research Institute (swri), JPL, Lockheed Martin (LM), and a Complementary Team of Universities and Field Centers. the Principal Investigator, DR. Scott Bolton, IS AT Southwest Research Institute (swri) and IS Responsible to Nasa for ALL Aspects of the Mission Including Achieving ALL Scientific Objectives and Mission Goals. JPL Provides the Project Manager WHO Oversees the Day-To-Day Management of the Project and Will Report to the PI. Principal Investigator (PI) DR. Scott Bolton IS Responsible to Nasa for Meeting the Scientific Objectives of the Juno Mission Within Cost and Schedule. AS PI, DR. Bolton HAS Direct Accountability to the Nasa NEW Frontiers Program Office for the Implementation of Juno. ALL Juno Science Co-Is, the Deputy PI and Project Scientist, the Science Investigation Office Manager, the E/PO Effort, the Juno Advisory Board and the PM Report Directly to DR. Bolton. the PI Delegates the Day-To-Day Management of the Project to the Project Manager (PM), Rick Grammier. the Project System Engineer, Payload Manager, Flight System Manager, Mission Manager, Science OPS Center, Business Manager, LM Contract CTM, and Mission Assurance Manager ALL Report Directly to the PM — $184.3M (National Aeronautics and Space Administration)
- NEW Horizon -- Pluto Mission Phase B — $166.9M (National Aeronautics and Space Administration)
- Under This Contract, the Contractor Will Provide the Personnel, Materials, Equipment, and Facilities Necessary to Produce the Polarimeter to Unify the Corona Heliosphere (punch) Phase a Concept Study. the Scope of This Effort Includes, BUT IS NOT Limited TO: 1. Principal Investigator Program Office 2. Instrument System Engineering, Including Instrument Mission Assurance 3. Design of a Flight Qualified Punch Instrument Meeting Mission and Science Requirements 4. Develop Plans in Support of Integration and Test of the Punch Instrument Flight System 5. Develop Plans in Support of Essential Field Operations 6. Develop Plans in Support of Launch Operations and Flight Operations 7. Develop Plans for Lead the Punch Science Investigation AS Well AS the Generation of Resulting Data Products the Contractor Shall Provide a Briefing on the Punch Science and Science Implementation Plan AT the Phase a Site Visit. the Contractor Shall Provide an Organization Chart Defining Contractor Roles and Responsibilities, Reporting Procedures, and ALL Lines of Authority. the Contractor Shall Participate in Defining the Relationships Between the Contractor's Program Office and the Nasa Explorers Program Office. the Contractor Shall Develop a Punch Instrument Systems Requirements Document and a Punch Mission Systems Requirements Document. the Contractor Will Also Develop Detailed Block Diagrams and Technical Descriptions of ALL Instrument Systems. the Contractor Will Conduct In-Depth Instrument-Level Reviews of the Proposed Instrument Design. They Will Conduct Essential Trade Studies, Analyses, Modeling and Simulations to Assure Compliance With Instrument Requirements. the Contractor Will Lead the Science Team and Develop an Instrument-Level Test Plan and Participate in Planning for Integration and Test. the Contractor Shall Prepare a Detailed Instrument Development Schedule Covering ALL Mission Phases, Listing Major Milestones, Including a Defined Critical Path and Schedule Reserves. the Contractor Will Prepare Updated Instrument Budgets AS Well AS Review and Approve the Overall Punch Budget. Finally, the Contractor Shall Prepare and Submit the Concept Study Report — $139.2M (National Aeronautics and Space Administration)
- TAS::80 0120::TAS the Contractor Shall BE Responsible for the Conduct of ALL Phases and Aspects of the Ibex Mission Including: 1) Life-Cycle Project Management; 2) Design, Test, Development, and Operations (payload, Spacecraft, Launch Vehicle, Spacecraft to Launch-Vehicle Interfaces, Launch and Flight Operations); and 3) Post-Operations Data Analysis and Archiving. in Performance of This Effort, the Ibex Team Shall: a. Manage the Project, Provide Cost and Schedule Information to Nasa AS Specified in 3.0 Management, Above. B. Provide Day-To-Day Management and Coordination of the Project AS Delegated by the PI to the Project Manager (PM), Including Monitoring and Reporting Technical Progress and Financial Status, Implementing the Risk Management Plan and Conducting Mission Level Reviews AS Specified in Section 4.3, System Level Reviews. C. Conduct Reviews for ALL Payload Sensors, Payload Support Infrastructure and Associated GSE. D. Perform Scientific Analyses in Support of the Mission Science Requirements. E. Perform Systems Engineering to Coordinate the Design of the Instrument Complement and Spacecraft BUS Components; and to Ensure the Compatibility of the Space-To-Ground and Network Communications. F. Perform Trade Studies to Eliminate and Mitigate Risks G. Deliver the Ibex Flight Segment to Vandenberg AIR Force Base (vafb), Support Integration With the Launch Vehicle, and Assist the Launch Operations; H. Establish the Mission Control Center (MCC) and Ibex Science Operations and Data Analysis Center (isoc) Including ALL Computers, Networks, and Operating Software, Instrument Databases and Procedures Necessary to Functionally Test and Later Control the Spacecraft; I. Hold Science Team Meetings AS Well AS Technical Interchange Meetings. J. Baseline the Science Requirements and Science Analysis Plan Into an Ibex Mission Definition Requirements Agreement (mdra) and the Ibex Data Management Plan. K. Implement an Approved Mission Assurance Plan. L. Implement a Systems Engineering Function to Verify Performance Specification Compliance to the Mission Science Requirements. M. Design, Fabricate, Integrate and Test the Payload, Spacecraft, Solid Rocket Motor and Launch Vehicle Adapter, and Integrate the Ibex Flight Segment With the Launch Vehicle. N. Implement a Safety Program Including the Generation of the Missile System Pre-Launch Safety Package (mspsp). O. Support Launch, Perform On-Orbit Checkout, and Establish On-Orbit Data Acquisition Contact With the Payload. Within the First 30 Days After Launch, Initial Engineering and Science Checkout and Verification of Spacecraft In-Flight Operation Will BE Performed. P. Provide the Services of the MCC and the Isoc. Q. Conduct the E/PO Program in Cooperation With the Identified Team Members — $116.1M (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 →