NASA's $25.4M R&D contract for fluids and combustion facility awarded to Zin Technologies, Inc
Contract Overview
Contract Amount: $25,396,502 ($25.4M)
Contractor: ZIN Technologies, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2008-12-10
End Date: 2014-04-08
Contract Duration: 1,945 days
Daily Burn Rate: $13.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: COST PLUS INCENTIVE FEE
Sector: R&D
Official Description: SPACEDOC DELIVERY ORDER (DO) 101 FLUIDS & COMBUSTION FACILITY (FCF)
Place of Performance
Location: CLEVELAND, CUYAHOGA County, OHIO, 44130
State: Ohio Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $25.4 million to ZIN TECHNOLOGIES, INC. for work described as: SPACEDOC DELIVERY ORDER (DO) 101 FLUIDS & COMBUSTION FACILITY (FCF) Key points: 1. Contract awarded for research and development in physical, engineering, and life sciences. 2. The contract type is Cost Plus Incentive Fee, suggesting performance-based incentives. 3. Awarded under full and open competition, indicating a broad search for qualified bidders. 4. The contract duration spans over 1900 days, indicating a long-term research project. 5. The contract was issued as a Delivery Order under a larger contract vehicle. 6. The contractor, Zin Technologies, Inc., has secured this significant R&D award.
Value Assessment
Rating: fair
Benchmarking the value of this specific Delivery Order is challenging without knowing the parent contract's scope and the specific services rendered. However, the Cost Plus Incentive Fee (CPIF) structure suggests an attempt to align contractor performance with government objectives, potentially leading to better value if incentives are met. The total award amount of approximately $25.4 million over nearly five years indicates a substantial investment in specialized research.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which implies that while the competition was broad, certain sources may have been excluded based on specific criteria. The presence of multiple bidders (no=3) suggests a degree of competition, but the exclusion of sources warrants further investigation into the rationale behind it. The level of competition is moderate, which could influence price discovery.
Taxpayer Impact: The use of full and open competition generally benefits taxpayers by encouraging a wider range of offers and potentially driving down costs. However, the exclusion of sources might limit the most competitive offers from reaching the government.
Public Impact
The primary beneficiaries are NASA and its research initiatives, particularly in the fields of fluid dynamics and combustion. The contract supports advanced research and development activities crucial for space exploration and aeronautics. The geographic impact is primarily within Ohio, where Zin Technologies, Inc. is located. The contract likely supports a specialized workforce of scientists, engineers, and technicians.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'Exclusion of Sources' clause in the competition type requires clarification to ensure maximum taxpayer value.
- The CPIF contract type can lead to cost overruns if not carefully managed and incentivized.
- The long duration of the contract necessitates robust oversight to ensure continued relevance and performance.
Positive Signals
- Awarded under full and open competition, indicating a structured procurement process.
- The CPIF structure aims to incentivize contractor performance and efficiency.
- The contract supports critical research and development for a key federal agency (NASA).
Sector Analysis
This contract falls within the Research and Development sector, specifically focusing on physical, engineering, and life sciences. The NAICS code 541712 covers R&D in these areas. Spending in this sector is critical for technological advancement and innovation, supporting national competitiveness. Comparable spending benchmarks would depend on the specific sub-discipline of fluids and combustion research, but R&D contracts for agencies like NASA often represent significant investments in specialized scientific endeavors.
Small Business Impact
There is no indication that this contract was set aside for small businesses (sb=false). Therefore, the primary impact on the small business ecosystem would be through potential subcontracting opportunities, which are not detailed here. Without specific subcontracting plans or goals, it's difficult to assess the direct impact on small businesses.
Oversight & Accountability
Oversight for this contract would primarily reside with the National Aeronautics and Space Administration (NASA). As a Delivery Order under a larger contract, oversight mechanisms would likely be integrated into the parent contract's management structure. Transparency is generally expected for federal contracts, and accountability would be driven by the CPIF terms and performance metrics outlined in the contract. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- NASA Research and Development Programs
- Aeronautics Research
- Space Exploration Technology Development
- Advanced Materials Research
- Combustion Science Research
Risk Flags
- Potential for cost overruns due to CPIF structure.
- Need for clear definition and measurement of performance incentives.
- Rationale for 'Exclusion of Sources' requires scrutiny.
- Long contract duration increases oversight requirements.
Tags
research-and-development, nasa, national-aeronautics-and-space-administration, cost-plus-incentive-fee, full-and-open-competition, ohio, delivery-order, r&d, engineering, physical-sciences, zin-technologies-inc
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $25.4 million to ZIN TECHNOLOGIES, INC.. SPACEDOC DELIVERY ORDER (DO) 101 FLUIDS & COMBUSTION FACILITY (FCF)
Who is the contractor on this award?
The obligated recipient is ZIN TECHNOLOGIES, 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 $25.4 million.
What is the period of performance?
Start: 2008-12-10. End: 2014-04-08.
What specific research objectives were outlined in the original solicitation for this Delivery Order?
The provided data does not detail the specific research objectives for Delivery Order 101. However, the contract's description as 'SPACEDOC DELIVERY ORDER (DO) 101 FLUIDS & COMBUSTION FACILITY (FCF)' and the NAICS code '541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)' strongly suggest the objectives relate to advancing knowledge and capabilities in fluid dynamics and combustion processes. These areas are critical for NASA's missions, including aeronautical design (e.g., engine efficiency, aerodynamics) and space exploration (e.g., propulsion systems, atmospheric entry). The 'FCF' designation likely points to the development or utilization of a specialized facility for conducting these experiments.
How does the Cost Plus Incentive Fee (CPIF) structure typically work, and what are the potential risks and benefits for NASA?
A Cost Plus Incentive Fee (CPIF) contract is a type of cost-reimbursement contract where the contractor is reimbursed for allowable costs and also receives a fee that is adjusted based on the contractor's performance relative to predetermined targets. For NASA, the benefit is that it incentivizes the contractor to control costs and achieve specific performance goals, potentially leading to better value than a simple cost-plus contract. The fee is typically split into a target fee, a minimum fee, and a maximum fee. If the contractor performs better than the target (e.g., lower cost, higher performance), they earn a higher fee, up to the maximum. Conversely, if performance is worse, the fee is reduced, down to the minimum. The risk for NASA lies in the potential for disputes over performance metrics and cost accounting, and the possibility that the incentive structure might not perfectly align with all desired outcomes. Careful negotiation of the targets and sharing ratios is crucial.
What does 'Full and Open Competition After Exclusion of Sources' mean in the context of this award?
'Full and Open Competition After Exclusion of Sources' is a procurement method where the agency intends to solicit offers from all responsible sources, but specific sources are excluded from consideration. This is typically done when there's a justifiable reason, such as national security concerns, specific technical requirements that only a limited number of entities can meet, or prior performance issues. In this case, NASA sought proposals from a broad range of potential contractors but deliberately excluded certain entities. The rationale for exclusion is not provided in the data but would be a critical factor in assessing the true level of competition and potential impact on price discovery. While it aims for broad competition, the exclusion limits the pool of bidders.
What is the significance of the NAICS code 541712 for this contract?
The North American Industry Classification System (NAICS) code 541712 signifies that the contract is for 'Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology).' This code precisely categorizes the nature of the work performed under this contract for Zin Technologies, Inc. It indicates that the contract supports scientific inquiry and technological innovation within these broad fields. For NASA, this means the contract is focused on generating new knowledge, developing new technologies, or improving existing ones related to physics, engineering principles, and biological sciences, excluding specific biotechnology applications. This aligns with NASA's mission to advance scientific understanding and develop cutting-edge technologies for space exploration and aeronautics.
Can we assess the contractor's track record based on this single award?
Assessing Zin Technologies, Inc.'s track record based solely on this single award of Delivery Order 101 is not comprehensive. This award represents a significant contract value ($25.4 million) and duration (nearly 5 years) for research and development in a specialized area. However, a full assessment would require examining their entire contract history, including past performance on similar R&D projects, their financial stability, their ability to meet deadlines and quality standards on previous contracts, and any history of disputes or contract terminations. This single award indicates they were successful in a competitive bidding process for a complex R&D requirement, suggesting a certain level of capability and competitiveness.
How does the contract duration of 1945 days (approximately 5.3 years) impact the assessment of value and risk?
The contract duration of 1945 days (over 5 years) suggests a long-term, complex research and development effort. For value assessment, a longer duration can allow for deeper exploration of research questions and development of more robust solutions, potentially yielding greater long-term benefits. However, it also increases the risk of scope creep, technological obsolescence, and cost overruns if not managed diligently. For risk assessment, the extended timeline necessitates continuous oversight to ensure the research remains aligned with evolving scientific understanding and NASA's strategic objectives. It also means that the CPIF incentives need to be structured to remain relevant and effective over the entire contract period. The government must ensure mechanisms are in place for regular reviews and potential adjustments.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
Product/Service Code: RESEARCH AND DEVELOPMENT › Space R&D Services
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 3
Pricing Type: COST PLUS INCENTIVE FEE (V)
Evaluated Preference: NONE
Contractor Details
Address: 6745 ENGLE RD STE 105, MIDDLEBURG HEIGHTS, OH, 44130
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Small Business
Financial Breakdown
Contract Ceiling: $25,398,003
Exercised Options: $25,398,003
Current Obligation: $25,396,502
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: NNC09BA02B
IDV Type: IDC
Timeline
Start Date: 2008-12-10
Current End Date: 2014-04-08
Potential End Date: 2018-06-08 00:00:00
Last Modified: 2018-06-08
More Contracts from ZIN Technologies, Inc.
- Microgravity, Research, Development and — $174.8M (National Aeronautics and Space Administration)
- THE Nasa Space Communications and Navigation (scan) Program IS Developing the Next Generation Open Architecture for Civilian Space Communications and Navigation. the Future Architecture and System Components Must BE Flexible to Meet Dynamically Changing Needs Between Investments in Operations (E.G., to Lower Cost) and Development (I.E., to Infuse NEW and Emerging Technologies). the Resultant Architecture Must BE Affordable AS Well AS Sustainable Within a Flat or Decreasing Budget Environment. Scan Plans on Developing an Optical Pathfinder Satellite (OPS) Spacecraft to Demonstrate and Validate an Optical Communication System TO: - Become an Initial Node for Next Generation Space Communication Architecture - Create Resilient, Secure Communications -Demonstrate High Data Rate Routing, Cross-Links, and Processing - Demonstrate a Transition Path to Operations - Demonstrate Interoperability Between Multiple Optical Systems the Next Generation Relay Capability (NGC) Project IS LED by Nasa Glenn Research Center (GRC) Satcom and IS Currently in the Pre-Formulation Phase. the NGC Effort IS Sponsored by Scan Program in the Human Exploration and Operations Mission Directorate for Optical Space Communications. Nasa GRC IS Considering a Public-Private Partnership (PPP) Model (nasa, Other Government Agencies (ogas), and Industry) for the Implementation of NGC. the Goals and Objectives of This PPP Effort ARE TO: - Enable U.S. Preeminence in Emerging Space Optical Communications - Establish U.S. Industry Supply Chain of Optical Technologies - Provide Industry a Platform to Demonstrate Optical and RF Capabilities to Potentially Expand in Existing Communication Markets or Spur NEW Products and Services — $22.8M (National Aeronautics and Space Administration)
- Spacedoc Delivery Order (DO)109 Zero Boil-Off Tank Project (zbot) — $14.1M (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 →