NASA's AIM Mission R&D Contract Exceeds $130M for Ice Aeronomy Research
Contract Overview
Contract Amount: $130,535,112 ($130.5M)
Contractor: Hampton University
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2003-04-14
End Date: 2025-09-30
Contract Duration: 8,205 days
Daily Burn Rate: $15.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 51
Pricing Type: COST NO FEE
Sector: R&D
Official Description: DEFINITION ACTIVITIES (PHASE B) FOR THE AERONOMY OF ICE IN THE (AIM) SPACEFLIGHT MISSION - REISSUED FROM NAS5-03074
Place of Performance
Location: HAMPTON, HAMPTON CITY County, VIRGINIA, 23669
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $130.5 million to HAMPTON UNIVERSITY for work described as: DEFINITION ACTIVITIES (PHASE B) FOR THE AERONOMY OF ICE IN THE (AIM) SPACEFLIGHT MISSION - REISSUED FROM NAS5-03074 Key points: 1. Contract awarded for definition activities, indicating early-stage research and development. 2. Long duration of over 8,000 days suggests a complex, multi-year research effort. 3. Cost-plus-fixed-fee contract type implies potential for cost overruns if not managed carefully. 4. Sole contractor for over 20 years raises questions about sustained competition and potential for price creep. 5. Focus on ice aeronomy in spaceflight missions highlights a specialized scientific niche. 6. Significant funding allocated for a single entity suggests deep reliance on contractor expertise.
Value Assessment
Rating: fair
The contract's value of over $130 million for definition activities is substantial, especially considering its long duration. Benchmarking this against similar R&D contracts for spaceflight missions is challenging due to the specialized nature of ice aeronomy. The cost-plus-fixed-fee structure, while common for R&D, necessitates close oversight to ensure value for money. The extended period of performance suggests a high degree of complexity and potential for evolving research needs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract has been awarded to Hampton University as a sole-source contract, indicating a lack of competition for this specific research effort. This suggests that Hampton University possesses unique capabilities or has been the incumbent contractor for an extended period, potentially due to specialized knowledge or prior investment in the AIM mission. The absence of competition limits the government's ability to leverage market forces for potentially better pricing or innovative solutions from other providers.
Taxpayer Impact: The sole-source nature of this award means taxpayers may not be benefiting from competitive pricing that could arise from a broader solicitation. This could lead to higher overall costs for the research if alternative, more cost-effective solutions were available elsewhere.
Public Impact
Benefits NASA's scientific research objectives in understanding Earth's upper atmosphere. Delivers critical data and analysis related to ice cloud formation and dynamics. Supports advancements in climate modeling and atmospheric science. Implications for the scientific workforce through research opportunities and funding for academic institutions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award for over two decades limits competitive pressure on pricing and innovation.
- Long contract duration increases the risk of scope creep and cost escalation without adequate oversight.
- Cost-plus-fixed-fee structure can incentivize higher spending if not rigorously managed.
- Lack of transparency in the sole-source justification process.
- Potential for contractor lock-in due to specialized knowledge and long-term involvement.
Positive Signals
- Hampton University's long-standing involvement suggests deep expertise and institutional knowledge in ice aeronomy.
- Consistent funding supports sustained research critical for complex scientific endeavors.
- Focus on a specific scientific area allows for concentrated expertise development.
- NASA's continued investment signals the importance of the AIM mission's objectives.
Sector Analysis
This contract falls within the Research and Development (R&D) sector, specifically focusing on physical sciences and space exploration. The market for specialized spaceflight mission R&D is often characterized by limited competition due to the high technical barriers to entry and the need for unique expertise. Comparable spending benchmarks are difficult to establish without identifying other missions with identical scientific objectives and phases. NASA's overall R&D spending is significant, but contracts for niche scientific areas like ice aeronomy represent a small fraction of the total.
Small Business Impact
This contract does not appear to involve small business set-asides, as indicated by the 'sb' field being false. The large value and specialized nature of the research suggest that prime contracting opportunities for small businesses are unlikely. However, the prime contractor, Hampton University, may engage small businesses for subcontracting if specific needs arise, though this is not explicitly detailed in the provided data.
Oversight & Accountability
Oversight for this contract is primarily managed by NASA's Goddard Space Flight Center, which is responsible for the AIM mission. The cost-plus-fixed-fee structure necessitates detailed financial reporting and performance monitoring by NASA to ensure funds are used effectively. Transparency is generally maintained through NASA's public reporting of contract awards, though the specifics of sole-source justifications may have limited public detail. Inspector General oversight would apply to any allegations of fraud, waste, or abuse.
Related Government Programs
- NASA Earth Science Division Programs
- Atmospheric Research Contracts
- Space Mission Definition Studies
- Aeronomy Research Grants
- Climate Science R&D Initiatives
Risk Flags
- Sole-source award
- Long contract duration
- Cost-plus-fixed-fee contract type
- Lack of competition
Tags
research-and-development, nasa, spaceflight, aeronomy, ice-clouds, definitive-contract, sole-source, cost-plus-fixed-fee, virginia, academic-institution, long-term-project
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $130.5 million to HAMPTON UNIVERSITY. DEFINITION ACTIVITIES (PHASE B) FOR THE AERONOMY OF ICE IN THE (AIM) SPACEFLIGHT MISSION - REISSUED FROM NAS5-03074
Who is the contractor on this award?
The obligated recipient is HAMPTON UNIVERSITY.
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 $130.5 million.
What is the period of performance?
Start: 2003-04-14. End: 2025-09-30.
What is the historical spending trend for this specific contract or related efforts with Hampton University for the AIM mission?
The provided data indicates a total award amount of $130,535,111.99 for this specific contract, with a start date of April 14, 2003, and an anticipated end date of September 30, 2025. This long duration suggests a consistent, albeit potentially fluctuating, annual expenditure over nearly 22 years. Without access to detailed historical disbursement data, it's difficult to pinpoint exact annual spending trends. However, the substantial total award suggests significant and sustained investment. The 'reissued from NAS5-03074' note implies a continuation or restructuring of previous funding, indicating a long-term commitment to this research area with Hampton University.
How does the cost per unit of research output compare to similar ice aeronomy studies?
Determining a meaningful 'cost per unit' for this contract is challenging due to the nature of scientific research. The contract is for 'DEFINITION ACTIVITIES (PHASE B)' for the AIM mission, which involves complex scientific inquiry rather than the production of standardized units. Metrics like 'per publication,' 'per data set,' or 'per scientific discovery' could be used, but these are not readily available or standardized for comparison. Benchmarking would require detailed analysis of research outputs from comparable projects, which are often unique and not directly comparable in terms of cost efficiency. The value is derived from scientific advancement rather than quantifiable output units.
What are the key performance indicators (KPIs) used to measure the success of this contract?
Specific Key Performance Indicators (KPIs) for this 'DEFINITION ACTIVITIES (PHASE B)' contract are not detailed in the provided data. However, for a research and development contract of this nature, success is typically measured by the achievement of scientific objectives, the quality and impact of research findings, adherence to project milestones, and the successful completion of defined research phases. For the AIM mission, KPIs would likely relate to understanding ice aeronomy, contributing to scientific publications, presenting findings at conferences, and potentially informing future mission designs or climate models. NASA's internal program reviews and scientific peer review processes would serve as primary mechanisms for assessing performance against these unstated KPIs.
What is Hampton University's track record with NASA on similar large-scale R&D contracts?
Hampton University has a long-standing relationship with NASA, evidenced by this contract being reissued from a previous award (NAS5-03074). This suggests a history of successful performance and institutional capability in managing and executing complex research projects for NASA. While specific details of past performance on other large R&D contracts are not provided, the sole-source nature and extended duration of this award imply a high level of trust and demonstrated competence by NASA in Hampton University's ability to conduct the required research in ice aeronomy. Their continued selection indicates a positive track record in delivering scientific value.
Are there any identified risks associated with the contractor's performance or the project's technical feasibility?
The primary risks associated with this contract stem from its sole-source nature and long duration. The sole-source award means there's no competitive pressure to ensure optimal pricing or explore alternative technical approaches, potentially leading to higher costs. The long duration (over 8,000 days) increases the risk of scope creep, budget overruns, and potential obsolescence of technology or research approaches if not actively managed. Technical feasibility risks are inherent in R&D, particularly in spaceflight missions, but NASA's continued investment suggests confidence in the scientific approach. Contractor performance risks are mitigated by the long-standing relationship, but require ongoing NASA oversight.
What is the projected impact of this contract on future NASA missions or scientific understanding?
This contract is crucial for advancing the scientific understanding of ice aeronomy, which plays a significant role in Earth's climate system and atmospheric processes. The 'DEFINITION ACTIVITIES (PHASE B)' are foundational for the AIM (Aeronomy of Ice in the Mesosphere) mission, aiming to provide critical data and insights into the formation, behavior, and impact of ice clouds in the upper atmosphere. The knowledge gained is expected to improve atmospheric models, enhance predictions of climate change impacts, and potentially inform the design of future space missions focused on atmospheric research. This contract directly contributes to NASA's strategic goals in Earth science and heliophysics.
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
Solicitation Procedures: BASIC RESEARCH
Solicitation ID: AO-99-05-OSS-05/SMEX
Offers Received: 51
Pricing Type: COST NO FEE (S)
Evaluated Preference: NONE
Contractor Details
Address: EAST QUEEN STREET, HAMPTON, VA, 23668
Business Categories: Category Business, Educational Institution, Higher Education, Higher Education (Minority Serving), Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $131,072,131
Exercised Options: $131,072,131
Current Obligation: $130,535,112
Actual Outlays: $13,790,261
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2003-04-14
Current End Date: 2025-09-30
Potential End Date: 2025-09-30 00:00:00
Last Modified: 2025-05-19
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 →