NASA's $11.6M logistics contract with KBR WYLE SERVICES, LLC for facilities support services awarded in 2005
Contract Overview
Contract Amount: $11,585,265 ($11.6M)
Contractor: KBR Wyle Services, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2005-05-01
End Date: 2015-09-30
Contract Duration: 3,804 days
Daily Burn Rate: $3.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: COST PLUS AWARD FEE
Sector: Other
Official Description: LOGISTICS
Place of Performance
Location: CLEVELAND, CUYAHOGA County, OHIO, 44135
State: Ohio Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $11.6 million to KBR WYLE SERVICES, LLC for work described as: LOGISTICS Key points: 1. The contract value of $11.6 million over its 10-year duration suggests a moderate annual spend. 2. Awarded under full and open competition, indicating a competitive bidding process. 3. The Cost Plus Award Fee (CPAF) contract type allows for performance-based incentives. 4. Facilities Support Services (NAICS 561210) is a broad category, making direct comparisons challenging without more detail. 5. The long duration of the contract (10 years) implies a stable, long-term need for these services. 6. The contract was awarded by NASA's National Aeronautics and Space Administration, indicating a focus on space exploration and research support. 7. The contract was a Delivery Order, suggesting it was part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle or a specific task order.
Value Assessment
Rating: fair
Benchmarking this contract's value is difficult without knowing the specific scope of facilities support services provided. However, an average annual spend of approximately $1.16 million for comprehensive facilities support over a decade appears reasonable for a federal agency like NASA. The Cost Plus Award Fee structure suggests an intent to incentivize performance, which can lead to better value if managed effectively. Comparisons to similar contracts would require detailed service descriptions and geographic locations.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while there might have been initial exclusions, the primary award process was open to all responsible sources. The number of bidders is not specified, but the 'full and open' designation generally implies a competitive environment that should drive price discovery and potentially better value for the government.
Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by encouraging multiple companies to offer their best pricing and service terms.
Public Impact
Supports NASA's operational infrastructure and research facilities. Ensures the smooth functioning of critical government assets. Benefits personnel working within NASA facilities by providing a well-maintained environment. The services likely have a broad geographic impact within the areas where NASA facilities are located. Supports jobs within the facilities management and support services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or award fee details makes it hard to assess true value-for-money.
- The long contract duration could lead to complacency if not actively managed.
- Potential for scope creep in facilities support services over a 10-year period.
- The 'exclusion of sources' aspect, even if followed by full and open competition, warrants a closer look at the initial justification.
Positive Signals
- Awarded through full and open competition, suggesting a robust bidding process.
- Use of a Cost Plus Award Fee contract type incentivizes contractor performance.
- Long-term contract indicates a stable and ongoing need, suggesting successful service delivery.
- Contract awarded to a known entity (KBR WYLE SERVICES, LLC) which may have a track record with NASA.
Sector Analysis
Facilities Support Services (NAICS 561210) is a significant sector within government contracting, encompassing a wide range of services from maintenance and repair to security and logistics. Federal spending in this area is substantial, supporting the operation of government buildings and infrastructure nationwide. This contract fits within the broader category of government operations and support services, ensuring that federal agencies have the necessary infrastructure to carry out their missions. Comparable spending benchmarks would depend heavily on the specific services rendered and the size and complexity of the facilities managed.
Small Business Impact
The provided data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this contract. This suggests that the contract was not specifically targeted for small businesses, and larger, established firms were likely the primary bidders. There is no information on subcontracting plans, which could potentially involve small businesses, but the initial award structure does not prioritize them.
Oversight & Accountability
Oversight for this contract would typically fall under NASA's contracting officer and program management. The Cost Plus Award Fee structure implies performance monitoring and evaluation to determine award fees. Transparency would be enhanced through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- General Services Administration (GSA) Federal Buildings Fund
- Department of Defense Facilities Maintenance Contracts
- NASA Research and Development Support Contracts
- Other Agency Facilities Management Contracts
Risk Flags
- Contract duration exceeds typical federal contract lengths, increasing risk of obsolescence or performance degradation.
- Cost Plus Award Fee contracts require diligent oversight to ensure fair pricing and prevent contractor overreach.
- Lack of specific performance metrics in summary data hinders assessment of value for money.
- The 'exclusion of sources' clause warrants further investigation into the initial procurement rationale.
Tags
logistics, facilities-support-services, nasa, kbr-wyle-services-llc, cost-plus-award-fee, full-and-open-competition, delivery-order, long-term-contract, ohio, federal-agency, support-services, aerospace
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $11.6 million to KBR WYLE SERVICES, LLC. LOGISTICS
Who is the contractor on this award?
The obligated recipient is KBR WYLE SERVICES, LLC.
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 $11.6 million.
What is the period of performance?
Start: 2005-05-01. End: 2015-09-30.
What specific facilities support services were included under this $11.6 million contract?
The provided data classifies this contract under NAICS code 561210, Facilities Support Services. This broad category can encompass a wide array of services including, but not limited to, building operations and maintenance, groundskeeping, custodial services, security, mail services, transportation support, and potentially specialized technical support for NASA's unique facilities. Without a more detailed contract description or statement of work, the precise services rendered remain unspecified. However, given the agency (NASA) and the contract's duration, it likely involved comprehensive support for one or more NASA installations, ensuring their operational readiness and safety.
How did KBR WYLE SERVICES, LLC's pricing compare to other potential bidders during the competition?
The data indicates the contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' While this signifies a competitive process, it does not provide specific details on the number of bidders or their respective pricing proposals. To assess KBR WYLE SERVICES, LLC's pricing competitiveness, one would need access to the bid data, including the proposed costs from all participating firms. The Cost Plus Award Fee (CPAF) structure means that the base cost is reimbursed, and award fees are determined by performance, making a direct price-only comparison complex. A thorough analysis would involve examining the proposed costs, the fee structure, and the evaluation criteria used by NASA.
What are the key performance indicators (KPIs) used to determine award fees for KBR WYLE SERVICES, LLC under this CPAF contract?
The provided data specifies the contract type as Cost Plus Award Fee (CPAF), which inherently includes performance incentives. However, the specific Key Performance Indicators (KPIs) used to determine the award fees are not detailed in the summary data. Typically, for facilities support services, KPIs might include metrics related to response times for maintenance requests, facility uptime, energy efficiency, safety incident rates, customer satisfaction surveys from NASA personnel, and compliance with environmental regulations. The effectiveness of the CPAF structure in driving value for money hinges on well-defined, measurable, and relevant KPIs that align with NASA's operational needs and strategic goals.
What is the historical spending trend for facilities support services at NASA, and how does this contract fit within that trend?
The provided data only includes details for this single contract awarded in 2005. To understand historical spending trends for facilities support services at NASA, a broader analysis of NASA's contracting data over multiple fiscal years would be necessary. This would involve aggregating spending across all contracts categorized under NAICS 561210 (Facilities Support Services) and potentially related codes. This specific $11.6 million contract, spanning from 2005 to 2015, represents a significant, long-term investment in facilities support. Its annual average expenditure of approximately $1.16 million would need to be compared against NASA's overall facilities budget and spending on similar services during that period to determine if it represents a typical or outlier investment.
What risks are associated with a 10-year contract for facilities support services, and how might they have been mitigated?
A 10-year contract for facilities support services carries several potential risks. These include the risk of contractor complacency leading to declining service quality, the potential for cost overruns if the cost structure is not well-managed, and the risk that technological advancements or changes in agency needs might render the contracted services less optimal over time. Mitigation strategies could include robust contract oversight, clearly defined performance standards and award fee criteria, regular performance reviews, and built-in mechanisms for contract modifications or re-competition if necessary. The CPAF structure itself is a risk mitigation tool, incentivizing performance and potentially higher quality service delivery throughout the contract's life.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Address: 7701 GREENBELT RD STE 400, GREENBELT, MD, 20770
Business Categories: Category Business, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $11,585,265
Exercised Options: $11,585,265
Current Obligation: $11,585,265
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: NNC05CB17C
IDV Type: IDC
Timeline
Start Date: 2005-05-01
Current End Date: 2015-09-30
Potential End Date: 2015-10-30 00:00:00
Last Modified: 2017-02-08
More Contracts from KBR Wyle Services, LLC
- Bioastronautics Contract-Activities for the Health &productivity of Crews Working and Living in Space — $1.5B (National Aeronautics and Space Administration)
- Fpds-Ng Mission Systems Operations Contract (msoc) — $1.0B (National Aeronautics and Space Administration)
- THE Purpose of This Contract IS to Acquire Engineering Services and Related Services to MSD and Related Organizations Throughout Gsfc, AS Required, for the Formulation, Design, Development, Fabrication, Integration, Testing, Verification, and Operations of Space Flight and Ground System Hardware and Software, Including Development and Validation of NEW Technologies to Enable Future Space and Science Missions. the Engineering Areas of Emphasis ARE Multidisciplinary With Concentration in the Mechanical Engineering Areas of Materials, Structural Analysis and Loads, Mechanical Design, Electromechanical Design, Thermal, Contamination and Coatings, Manufacturing and Integration and Test — $728.5M (National Aeronautics and Space Administration)
- 200106!000121!1700!F7004 !marine Corps Logistics Base !M6700499C0002 !a!n!*!n!p00015 !20010228!20080930!041014242!041014242!139691877!n!honeywell Technology Solutions!7000 Columbia Gateway Driv!columbia !md!21046!35000!031!12!jacksonville !duval !florida !+000004292865!n!n!000000000000!j049!maint & Repair of Eq/Maintenance & Repair Shop EQ !a4a!combat Vehicles !2000!NOT Discernable or Classified !811310!*!*!3! ! !C!*!*!*!B!*!*!A! !A !N!J!2!006!B! !C!Y!Z! ! !N!C!N! ! ! !a!a!a!a!000!a!d!n! ! ! ! ! ! !0001! — $670.1M (Department of Defense)
- Mission Operations Management Services (moms) — $623.8M (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 →