NASA awards $14.1M ZBOT project to Zin Technologies, Inc. for advanced tank development
Contract Overview
Contract Amount: $14,121,132 ($14.1M)
Contractor: ZIN Technologies, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2008-12-10
End Date: 2014-05-31
Contract Duration: 1,998 days
Daily Burn Rate: $7.1K/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)109 ZERO BOIL-OFF TANK PROJECT (ZBOT)
Place of Performance
Location: CLEVELAND, CUYAHOGA County, OHIO, 44130
State: Ohio Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $14.1 million to ZIN TECHNOLOGIES, INC. for work described as: SPACEDOC DELIVERY ORDER (DO)109 ZERO BOIL-OFF TANK PROJECT (ZBOT) Key points: 1. The ZBOT project focuses on critical cryogenic tank technology for space applications. 2. Zin Technologies, Inc. is the sole awardee for this specific delivery order. 3. Potential risks include technological hurdles and schedule adherence for this R&D effort. 4. The sector is Research and Development, specifically physical and engineering sciences.
Value Assessment
Rating: fair
The contract type is Cost Plus Incentive Fee, which can lead to cost overruns if not managed carefully. Benchmarking against similar R&D contracts is difficult due to the specialized nature of the ZBOT project.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The competition method was 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition. This approach may have restricted price discovery and potentially led to a higher price than under full and open competition.
Taxpayer Impact: The impact on taxpayers is moderate, as the specialized nature of the technology and limited competition suggest a premium price may have been paid for unique capabilities.
Public Impact
Advancement of zero boil-off tank technology is crucial for long-duration space missions. This project supports NASA's broader goals for deep space exploration. The development could have spin-off applications in terrestrial cryogenic storage.
Waste & Efficiency Indicators
Waste Risk Score: 70 / 10
Warning Flags
- Limited competition may impact cost-effectiveness.
- R&D projects inherently carry technical and schedule risks.
Positive Signals
- Addresses a critical need for space exploration.
- Potential for technological innovation.
Sector Analysis
This contract falls under the Research and Development sector, specifically focusing on physical and engineering sciences. Spending in this area is vital for technological advancement but often involves higher risk and less predictable outcomes compared to established service contracts.
Small Business Impact
The data does not indicate any specific involvement or set-aside for small businesses in this particular delivery order. The prime contractor, Zin Technologies, Inc., is not identified as a small business in this context.
Oversight & Accountability
NASA's oversight mechanisms for R&D contracts, especially Cost Plus Incentive Fee types, are critical to ensure progress and manage costs. The agency's procurement process, including the justification for limited competition, would be subject to review.
Related Government Programs
- Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Limited competition may result in higher costs.
- Technological feasibility and performance risks.
- Schedule adherence challenges in R&D.
- Potential for cost overruns with CPIF contract type.
Tags
research-and-development-in-the-physical, national-aeronautics-and-space-administr, oh, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $14.1 million to ZIN TECHNOLOGIES, INC.. SPACEDOC DELIVERY ORDER (DO)109 ZERO BOIL-OFF TANK PROJECT (ZBOT)
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 $14.1 million.
What is the period of performance?
Start: 2008-12-10. End: 2014-05-31.
What specific technological advancements does the ZBOT project aim to achieve, and how do these align with NASA's long-term mission objectives?
The ZBOT project aims to develop cryogenic tanks that minimize or eliminate the boil-off of propellants, a significant challenge for long-duration space missions. This advancement is critical for enabling extended crewed missions to Mars and beyond, reducing the need for frequent resupply and improving mission feasibility and cost-effectiveness.
Given the limited competition, what measures were in place to ensure a fair and reasonable price for the ZBOT project?
While the specific measures are not detailed, NASA would typically employ various cost analysis techniques, including reviewing the contractor's proposed costs, historical pricing data, and independent government cost estimates. The incentive fee structure also aims to align contractor performance with cost and schedule goals, providing some control over the final price.
How will the success or failure of the ZBOT project impact future NASA R&D investments in cryogenic technology?
Successful development of the ZBOT technology would validate NASA's investment and likely spur further funding for advanced cryogenic solutions, potentially leading to more ambitious mission architectures. Conversely, significant failures could lead to a reassessment of R&D strategies, a shift towards alternative technologies, or increased scrutiny on the feasibility and management of such high-risk R&D endeavors.
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: $14,121,133
Exercised Options: $14,121,133
Current Obligation: $14,121,132
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: 2014-05-31
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)
- Spacedoc Delivery Order (DO) 101 Fluids & Combustion Facility (FCF) — $25.4M (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)
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 →