GSA's $44.7M Weather Radar Upgrade Contract Awarded to CACI NSS, LLC Shows Strong Competition
Contract Overview
Contract Amount: $44,684,969 ($44.7M)
Contractor: CACI NSS, LLC
Awarding Agency: General Services Administration
Start Date: 2007-09-24
End Date: 2013-09-23
Contract Duration: 2,191 days
Daily Burn Rate: $20.4K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NATIONAL WEATHER SERVICE WEATHER RADAR SYSTEM DUAL POLARIZATION UPGRADE.
Place of Performance
Location: NORMAN, CLEVELAND County, OKLAHOMA, 73072, UNITED STATES OF AMERICA
State: Oklahoma Government Spending
Plain-Language Summary
General Services Administration obligated $44.7 million to CACI NSS, LLC for work described as: NATIONAL WEATHER SERVICE WEATHER RADAR SYSTEM DUAL POLARIZATION UPGRADE. Key points: 1. The contract achieved a competitive outcome with 3 bidders, suggesting a healthy market for weather radar technology. 2. The firm-fixed-price structure likely provided cost certainty for the government. 3. The duration of the contract (2191 days) indicates a significant, long-term project. 4. The award was made under the Federal Acquisition Service, suggesting a standardized procurement approach. 5. The North American Industry Classification System (NAICS) code 541511 points to custom computer programming services, highlighting the software-intensive nature of the upgrade.
Value Assessment
Rating: good
Benchmarking the value of this contract is challenging without specific cost breakdowns for the radar system components and software development. However, the competitive nature of the award suggests that pricing was likely scrutinized. The firm-fixed-price contract type generally indicates a good value proposition as it shifts cost risk to the contractor. Further analysis would require comparing the per-unit cost of the radar system or specific software modules to similar procurements.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded as a competitive delivery order, indicating that multiple vendors had the opportunity to bid. With three bidders participating, the competition level appears robust for this specialized technology. A higher number of bidders generally leads to better price discovery and potentially lower costs for the government.
Taxpayer Impact: The strong competition in this procurement likely resulted in a more favorable price for taxpayers compared to a sole-source or limited competition scenario.
Public Impact
The National Weather Service benefits from an upgraded, dual-polarization radar system, enhancing weather forecasting accuracy. Improved weather detection capabilities will aid in public safety warnings for severe weather events. The project supports the modernization of critical meteorological infrastructure across the United States. The contract likely involved skilled IT professionals and engineers, contributing to the tech workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in custom computer programming services over a long contract duration.
- Ensuring adequate technical expertise within the government to oversee complex radar system integration.
Positive Signals
- Firm-fixed-price contract provides cost predictability.
- Competitive award process suggests market validation of the proposed solution and pricing.
- Modernization of critical weather infrastructure enhances national safety and economic stability.
Sector Analysis
The contract falls within the IT services sector, specifically custom computer programming, applied to a critical infrastructure need in meteorological services. The market for advanced weather monitoring technology is specialized, involving a mix of hardware manufacturers and software integrators. Spending in this area is driven by the need for continuous technological upgrades to improve data accuracy and forecasting capabilities, essential for both public safety and economic planning.
Small Business Impact
Information regarding small business participation or set-asides was not explicitly provided in the data. As a competitive delivery order, it's possible that small businesses could have participated as prime contractors or subcontractors. Further investigation into subcontracting plans would be needed to assess the impact on the small business ecosystem.
Oversight & Accountability
The General Services Administration (GSA) Federal Acquisition Service typically employs robust oversight mechanisms for its contracts. The firm-fixed-price structure inherently includes accountability for the contractor to deliver the specified system within the agreed-upon cost. Transparency is generally maintained through contract award databases, though specific performance metrics and oversight reports would require deeper access.
Related Government Programs
- National Weather Service Modernization Programs
- Doppler Radar System Procurement
- IT Infrastructure Modernization Contracts
- Critical Infrastructure Technology Upgrades
Risk Flags
- Long contract duration may increase risk of scope creep or requirement changes.
- Custom computer programming can be prone to unforeseen technical challenges.
Tags
it-services, custom-computer-programming, weather-forecasting, national-weather-service, general-services-administration, federal-acquisition-service, competitive-delivery-order, firm-fixed-price, medium-value-contract, infrastructure-modernization, oklahoma
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $44.7 million to CACI NSS, LLC. NATIONAL WEATHER SERVICE WEATHER RADAR SYSTEM DUAL POLARIZATION UPGRADE.
Who is the contractor on this award?
The obligated recipient is CACI NSS, LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $44.7 million.
What is the period of performance?
Start: 2007-09-24. End: 2013-09-23.
What was the specific technical capability gained by upgrading to dual-polarization radar?
The upgrade to dual-polarization radar technology significantly enhances the National Weather Service's ability to detect and classify precipitation types (rain, snow, hail) and identify non-meteorological targets like birds or ground clutter. This is achieved by transmitting and receiving radar pulses in both horizontal and vertical orientations, providing more detailed information about the shape, size, and composition of objects in the atmosphere. This richer data leads to more accurate rainfall estimates, improved detection of severe weather phenomena such as tornadoes and hail, and better differentiation between precipitation and debris in post-storm analysis. The system's ability to distinguish between different types of precipitation is crucial for issuing more precise warnings and forecasts, ultimately improving public safety and resource management during weather events.
How does CACI NSS, LLC's performance on this contract compare to similar government IT projects?
Assessing CACI NSS, LLC's performance on this specific contract requires access to detailed performance reviews, delivery schedules, and quality metrics, which are not publicly available in the provided data. However, the contract was completed within its defined period (September 2007 to September 2013), suggesting a successful delivery. To compare, one would need to analyze other GSA Federal Acquisition Service contracts for similar custom computer programming services, looking at factors like on-time delivery, budget adherence (though fixed-price mitigates budget overruns for the government), and technical success rates. Without such comparative data, a definitive performance assessment relative to peers is not possible.
What were the primary risks associated with this weather radar system upgrade, and how were they managed?
Key risks for this project likely included technological obsolescence during the development and deployment phases, integration challenges with existing NWS infrastructure, and potential cost overruns if the firm-fixed-price contract was not meticulously managed. Managing these risks would have involved rigorous testing and validation of the dual-polarization technology, phased deployment to minimize disruption, and strong project management by both CACI NSS, LLC and the GSA to ensure adherence to specifications and timelines. The competitive nature of the award also implies that bidders had to present robust risk mitigation strategies to be successful. The long contract duration (nearly 6 years) also presented a risk of changing requirements or technological advancements rendering the initial solution less optimal, necessitating flexibility in the contract.
What is the historical spending trend for the National Weather Service's radar modernization efforts?
Historical spending on National Weather Service radar modernization efforts, particularly for upgrades like the dual-polarization initiative, generally shows a pattern of significant, multi-year investments. Agencies like the NWS require substantial capital outlays to maintain and upgrade their critical infrastructure, which includes vast networks of weather radar systems. These modernization programs are often driven by the need to incorporate new technologies that improve data quality, enhance forecasting capabilities, and ensure system reliability. While specific historical spending figures for NWS radar modernization are not provided here, it's typical for such large-scale technological overhauls to span multiple fiscal years and involve contracts in the tens to hundreds of millions of dollars, reflecting the complexity and scale of the undertaking.
How did the firm-fixed-price contract type influence the government's financial exposure on this project?
The firm-fixed-price (FFP) contract type significantly limited the government's financial exposure on this project. Under an FFP contract, the contractor, CACI NSS, LLC, is obligated to complete the work for a predetermined price, regardless of the actual costs incurred. This shifts the risk of cost overruns from the government to the contractor. If CACI NSS, LLC experienced higher-than-expected labor costs, material expenses, or unforeseen technical difficulties, those additional costs would be absorbed by the company, not passed on to the General Services Administration. This structure provides budget certainty for the government, allowing for predictable financial planning. The primary responsibility for managing costs and ensuring profitability rests with the contractor, incentivizing efficiency and careful resource management.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: MD137NWS1T5
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: L-3 Communications Holdings, Inc. (UEI: 008898843)
Address: 11955 FREEDOM DR STE 10000, RESTON, VA, 20190
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $49,806,081
Exercised Options: $46,560,560
Current Obligation: $44,684,969
Parent Contract
Parent Award PIID: GS07T00BGD0031
IDV Type: GWAC
Timeline
Start Date: 2007-09-24
Current End Date: 2013-09-23
Potential End Date: 2013-12-23 00:00:00
Last Modified: 2015-04-23
More Contracts from CACI NSS, LLC
- Special Operations Forces Emerging Threats Operations and Planning Support — $730.3M (General Services Administration)
- Consolidated AIR Force Satellite Control Network Maintenance, Modifications and Operations Contract — $600.7M (Department of Defense)
- Full-Spectrum Intelligence, Surveillance, and Reconnaissance (isr)innovation and Integration (F3I-2) — $578.4M (Department of Defense)
- ,Ct::igf the Purpose of This to IS to Acquire Performance-Based Information Technology (IT) Technical Support Services Associated With Army Projects, Programs, Applications, and Infrastructure Services in Support of the Project Directorate (PD) Reserve Component Automation Systems (rcas), the Army National Guard (arng) Distance Learning Project (DLP) Programs and Infrastructure Services to Support the PD Rcas, Programs, and Services to Support the PD Rcas, and Development, Sustainment, and Fielding of Information Management Systems (IMS) Projects, Military IT Infrastructure Projects (itii&r), Programs, Applications, Architecture in Support of the Arng — $424.4M (General Services Administration)
- Dtra Imax DA — $401.6M (General Services Administration)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)