NASA's $262M communications contract with INDYNE, INC. awarded in 2003 for services in Florida
Contract Overview
Contract Amount: $262,169,301 ($262.2M)
Contractor: Indyne, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2003-09-29
End Date: 2008-09-30
Contract Duration: 1,828 days
Daily Burn Rate: $143.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: COST PLUS AWARD FEE
Sector: Other
Official Description: PROVIDE COMMUNICATIONS SERVICES, TELEPHONE SERVICE REQUIREMENTS/PHOTO
Place of Performance
Location: ORLANDO, BREVARD County, FLORIDA, 32899
State: Florida Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $262.2 million to INDYNE, INC. for work described as: PROVIDE COMMUNICATIONS SERVICES, TELEPHONE SERVICE REQUIREMENTS/PHOTO Key points: 1. Contract value represents a significant investment in essential communications infrastructure. 2. The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' indicates a structured but potentially limited bidding process. 3. A Cost Plus Award Fee (CPA) contract type can incentivize performance but may lead to higher costs if not managed carefully. 4. The contract duration of over 5 years suggests a long-term need for these services. 5. The specific services provided, 'Communications Services, Telephone Service Requirements/Photo', are critical for operational continuity. 6. The award was made to INDYNE, INC., a single contractor for the duration. 7. The contract's base value was $14.3M, with significant potential for growth through award fees. 8. The North American Industry Classification System (NAICS) code 518210 points to a focus on computing infrastructure and data processing.
Value Assessment
Rating: fair
The contract's total value of $262M over five years for communications services is substantial. Benchmarking this against similar NASA contracts for telecommunications and IT infrastructure is challenging without more granular data on service specifics and performance metrics. The Cost Plus Award Fee (CPA) structure, while designed to reward performance, can sometimes lead to costs exceeding initial estimates if award criteria are broad or if contractor performance is consistently high, driving up the total expenditure. The base value of $14.3M compared to the final award suggests significant performance-based incentives were met.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. This suggests that while a competitive process occurred, certain sources may have been excluded prior to the main competition, potentially limiting the pool of bidders. The presence of 5 bidders indicates some level of competition, but the exclusion of sources raises questions about the breadth of the initial outreach and whether the most competitive offers were fully considered.
Taxpayer Impact: The limited competition, even after an initial exclusion of sources, may have resulted in a higher price for taxpayers than a truly open and unrestricted competition would have yielded.
Public Impact
NASA personnel and operations across Florida benefit from reliable communications and telephone services. The contract ensures the continuity of critical communication infrastructure essential for space agency operations. The geographic impact is primarily focused on NASA facilities within Florida. The services likely support a range of NASA employees and contractors involved in various space exploration and research programs.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns due to the Cost Plus Award Fee (CPA) structure if not tightly managed.
- Limited competition ('FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES') may have restricted price discovery.
- Long contract duration could lead to vendor lock-in or slower adoption of newer technologies if not actively managed.
- Lack of specific performance metrics makes it difficult to fully assess value for money.
- The exclusion of sources prior to competition warrants further investigation into the rationale.
Positive Signals
- The contract was awarded after a competitive process, indicating some level of vetting.
- The CPA structure, if managed well, can incentivize high performance and quality of service.
- The long duration suggests a stable and reliable service provision for critical NASA needs.
- The contract was successfully completed, implying that the services were delivered as required.
- The award to INDYNE, INC. provided a single point of accountability for these essential services.
Sector Analysis
This contract falls within the broader Information Technology and Telecommunications sector, specifically focusing on computing infrastructure, data processing, and related services (NAICS 518210). The market for such services is highly competitive, with numerous providers offering cloud hosting, data management, and communication solutions. NASA, as a major government agency, requires robust and secure infrastructure, often leading to large, long-term contracts. Comparable spending benchmarks would typically involve analyzing other large federal contracts for similar IT and telecommunications services, considering factors like data volume, uptime requirements, and security protocols.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a small business set-aside. The prime contractor, INDYNE, INC., would have been responsible for fulfilling the contract requirements.
Oversight & Accountability
Oversight for this contract would have been managed by the National Aeronautics and Space Administration (NASA). As a Cost Plus Award Fee (CPA) contract, performance metrics and cost controls would be crucial oversight areas. NASA's contracting officers and program managers would be responsible for monitoring INDYNE, INC.'s performance against award criteria and ensuring costs remained reasonable and allocable. Transparency would be facilitated through contract reporting mechanisms, though specific details on public accessibility of performance reports are not provided. Inspector General jurisdiction would apply for investigations into fraud, waste, or abuse.
Related Government Programs
- NASA IT Services Contracts
- Federal Telecommunications Services
- Government Cloud Computing Contracts
- Data Processing and Hosting Services
- Cost Plus Award Fee Contracts
Risk Flags
- Cost Plus Award Fee structure carries inherent risk of cost escalation.
- Limited competition ('FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES') may impact price.
- Long contract duration requires active management to ensure continued value and technological relevance.
- Lack of detailed performance metrics in summary data hinders full value assessment.
Tags
nasa, communications-services, telephone-service, cost-plus-award-fee, definitive-contract, full-and-open-competition, indyne-inc, florida, computing-infrastructure-providers, data-processing, web-hosting, it-services
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $262.2 million to INDYNE, INC.. PROVIDE COMMUNICATIONS SERVICES, TELEPHONE SERVICE REQUIREMENTS/PHOTO
Who is the contractor on this award?
The obligated recipient is INDYNE, 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 $262.2 million.
What is the period of performance?
Start: 2003-09-29. End: 2008-09-30.
What was the specific performance criteria used to determine the award fee for INDYNE, INC. under this contract?
The specific performance criteria for determining the award fee under NASA's contract with INDYNE, INC. (Contract Number [Not Provided]) are not detailed in the publicly available award data. Cost Plus Award Fee (CPA) contracts typically outline objective and subjective metrics related to service quality, timeliness, cost control, and customer satisfaction. For a communications services contract, these might include network uptime, call completion rates, response times for service requests, and adherence to security protocols. NASA contracting officers would have evaluated INDYNE's performance against these pre-defined criteria to determine the amount of award fee paid, up to the maximum allowable. Without access to the contract's Performance Work Statement (PWS) or award fee plan, the precise metrics remain unknown.
How did the final awarded amount of $262M compare to the initial estimated value or ceiling of the contract?
The provided data indicates a total award amount of $262,169,301.26. The base value of the contract is listed as $14,341,900. While the 'aw' field denotes 'DEFINITIVE CONTRACT', it doesn't explicitly state an initial ceiling or estimate separate from the total award. However, the significant difference between the base value and the total award ($247,827,401.26) strongly suggests that the contract operated with a substantial potential for growth through award fees and/or contract modifications over its duration. This implies that INDYNE, INC. likely met or exceeded performance expectations, triggering significant award fee payments, or that the scope of services expanded considerably beyond the initial base commitment.
What was the rationale for excluding certain sources prior to the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' process?
The rationale for excluding specific sources prior to the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' (FOCI) process is not detailed in the provided summary data. This contract type is typically used when there's a belief that a limited number of responsible sources can meet the government's needs, or when specific technical requirements necessitate specialized capabilities. Reasons for exclusion could include prior performance issues, lack of specific certifications, inability to meet security requirements, or a strategic decision to focus on a particular segment of the market. The agency (NASA) would have documented the justification for exclusion, often related to technical qualifications, past performance, or specific program requirements, to ensure fairness and compliance with procurement regulations.
Can the value of this contract be benchmarked against current market rates for similar communications services?
Benchmarking the $262M value of this 2003-2008 NASA contract against current market rates for similar communications services is difficult due to several factors. Firstly, technology and market prices have evolved significantly since the contract's inception. Secondly, the contract's specific details (e.g., dedicated lines, bandwidth, service level agreements, geographic coverage within Florida) are not fully elaborated. Thirdly, the Cost Plus Award Fee (CPA) structure means the final price was influenced by performance, not just fixed rates. However, generally, large-scale government telecommunications and data hosting contracts are substantial. Current market analysis would require comparing specific service level agreements, security requirements, and volume commitments with contemporary enterprise or government contracts, which is beyond the scope of the provided data.
What was INDYNE, INC.'s track record with NASA or other federal agencies prior to or during this contract?
Information regarding INDYNE, INC.'s specific track record with NASA or other federal agencies prior to or during this particular contract (2003-2008) is not included in the provided summary data. Federal procurement systems often track past performance, which is a key evaluation factor in awarding contracts. A comprehensive assessment would involve reviewing INDYNE's contract history, including any awards, terminations, or performance reviews from agencies like NASA, the Department of Defense, or others. Without access to these records, it's impossible to definitively state their prior track record. However, being awarded a large, multi-year contract by NASA suggests they likely had relevant experience and a satisfactory performance history at the time of award.
What were the primary risks associated with this Cost Plus Award Fee (CPA) contract, and how were they managed?
The primary risks associated with this Cost Plus Award Fee (CPA) contract included potential cost overruns and the contractor potentially focusing on maximizing award fees rather than strict cost control. CPA contracts incentivize performance, but if the award criteria are not tightly defined or if the government's oversight is lax, costs can escalate beyond initial projections. Risks also include the government paying for performance that is merely adequate, or the contractor 'gold-plating' services to achieve higher award fees. Management of these risks would have involved NASA's rigorous oversight of INDYNE's performance against clearly defined metrics, regular audits of costs, and careful negotiation of the award fee structure. Effective program management and clear communication channels were essential to mitigate these inherent risks.
Industry Classification
NAICS: Information › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 5
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Address: 6862 ELM ST STE 700, MC LEAN, VA, 22101
Business Categories: Category Business, Small Business
Financial Breakdown
Contract Ceiling: $272,223,048
Exercised Options: $272,223,048
Current Obligation: $262,169,301
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Timeline
Start Date: 2003-09-29
Current End Date: 2008-09-30
Potential End Date: 2008-09-30 00:00:00
Last Modified: 2022-02-10
More Contracts from Indyne, Inc.
- Federal Contract — $968.4M (Department of Defense)
- 200310!000264!5700!CA12 !30 Cons/Lgc !F0468403C0050 !A!N! !Y! !20030711!20030930!161909049!161909049!161909049!n!indyne, Inc !6862 ELM Street !mclean !va!22101!48376!059!51!mclean !fairfax !virginia !+000000400000!n!n!000047964924!r426!communications Services !S1 !services !3000!NOT Discernable or Classified !517110!A!B!3! ! ! ! ! !99990909!B! ! !A! !a!n!v!2!007!k! !C!Y!Z! ! !n!b!n!n! ! !C! !b!a!000!a!b!n! ! ! ! ! ! !0001! ! — $778.3M (Department of Defense)
- This IS a Continued Contract for FA2517-18-C-8000. Solid State Phased Array Radar System (sspars) Originally Awarded AS FA2517-18-C-8000, Providing Non-Personal Services to Perform Operations, Maintenance and Support 24/7 for the Sspars System — $348.4M (Department of Defense)
- 45 SW FY09 Funding for Ioms Sustainment — $282.2M (Department of Defense)
- Solid State Phased Array Radar System (sspars) Program IS Comprised of Five Radar Sites AT the Following 21ST Space Wing (21 SW) Geographically-Separated Units (gsus) in the Northern Hemisphere: 7TH Space Warning Squadron (7 SWS) AT Beale AIR Force Base (AFB) California (CA); 6 SWS AT Cape COD AIR Force Station (AFS) Massachusetts (MA); 13/213 SWS AT Clear AFS Alaska (AK); Royal AIR Force (RAF) Fylingdales, United Kingdom (UK); and 12 SWS AT Thule AIR Base (AB) Greenland (GL). Provide ALL Non-Personal Services, Administrative, Financial, and Managerial Resources Necessary on a Continuous 24-Hours-A-Day, 7-Days-A-Week (24/7) Basis to Support the Five Sspars Installations/Sites in the Following Missions and Services Areas: Radar Operations Support, Radar Maintenance, Mission Computer Maintenance, Technical Assistance, Exercises and Testing Support, Simulation Trainers, Training Development and Support, Military Satellite Communications, Communications-Electronics, Electronic System Management, Supply, Fuels, Non-Classified Internet Protocol Router Network (niprnet), Secret Internet Protocol Router Network (siprnet), Environmental, Occupational Health, Medical and Public Health, Civil Engineering, Vehicle and Traffic Management, Services (food and Morale/Welfare Activities), Industrial, Physical and Operational Security, Information Management, and Transition (phase-In/Out) Activities. Includes Security Classification UP to TOP Secret (ts)/Sensitive Compartmented Information (SCI) Level in Support of Site Sensitive Compartmentalized Information Facility (scif) and Communications Requirements — $214.6M (Department of Defense)
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 →