NASA's $30.9M Accounting Services Contract with Wichita Tribal Enterprises Faces Scrutiny
Contract Overview
Contract Amount: $30,891,660 ($30.9M)
Contractor: Wichita Tribal Enterprises, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2015-06-01
End Date: 2023-05-31
Contract Duration: 2,921 days
Daily Burn Rate: $10.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 11
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::CL::IGF FINANCIAL ANALYSIS AND BUSINESS SUPPORT SERVICES (FABSS) II
Place of Performance
Location: CLEVELAND, CUYAHOGA County, OHIO, 44135
State: Ohio Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $30.9 million to WICHITA TRIBAL ENTERPRISES, LLC for work described as: IGF::CL::IGF FINANCIAL ANALYSIS AND BUSINESS SUPPORT SERVICES (FABSS) II Key points: 1. The contract value is substantial at $30.9 million over its 8-year duration. 2. Competition was full and open, but the exclusion of sources raises questions. 3. Potential risks include the effectiveness of price discovery and taxpayer impact. 4. The sector is professional services, specifically accounting, which is critical for agency operations.
Value Assessment
Rating: questionable
The contract's firm fixed price structure suggests an attempt at cost control. However, without specific benchmarks for 'Other Accounting Services' (NAICS 541219) for a contract of this size and duration, assessing value for money is difficult.
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.' While competition was initially open, the exclusion of specific sources warrants further investigation into the rationale and its potential impact on achieving the best possible price.
Taxpayer Impact: The exclusion of sources, even within a full and open competition framework, could potentially limit competitive pressure and lead to a less optimal price for taxpayers.
Public Impact
Taxpayers may be paying more than necessary due to the exclusion of certain sources. The effectiveness of accounting services provided by Wichita Tribal Enterprises needs to be monitored. NASA's procurement practices are under a lens due to the 'exclusion of sources' clause.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Exclusion of sources in competition
- Lack of clear per-unit cost benchmark
- Long contract duration without clear performance metrics
Positive Signals
- Firm fixed price contract type
- Full and open competition initially
Sector Analysis
This contract falls within the professional services sector, specifically accounting services. Government spending on such services is common, but benchmarks for specialized accounting support at this scale are not readily available, making direct comparison challenging.
Small Business Impact
The data indicates that this contract was not awarded to a small business (ss: false, sb: false). Therefore, there is no direct analysis of small business participation or impact from this specific award.
Oversight & Accountability
The 'exclusion of sources' clause within a full and open competition framework suggests a need for enhanced oversight to ensure fairness and optimal pricing. Accountability for the justification of such exclusions is paramount.
Related Government Programs
- Other Accounting Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for inflated costs due to source exclusion
- Lack of transparency in competition justification
- Difficulty in benchmarking service value
- Long contract duration may mask performance issues
Tags
other-accounting-services, national-aeronautics-and-space-administr, oh, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $30.9 million to WICHITA TRIBAL ENTERPRISES, LLC. IGF::CL::IGF FINANCIAL ANALYSIS AND BUSINESS SUPPORT SERVICES (FABSS) II
Who is the contractor on this award?
The obligated recipient is WICHITA TRIBAL ENTERPRISES, 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 $30.9 million.
What is the period of performance?
Start: 2015-06-01. End: 2023-05-31.
What was the specific justification for excluding certain sources from the full and open competition, and how did this impact the final pricing?
The justification for excluding sources is critical. If the exclusion was based on specific capabilities or past performance requirements, it might be defensible. However, without transparency, it raises concerns about whether the government secured the best possible value. The impact on pricing is directly tied to the level of competition lost due to these exclusions.
How does the performance of Wichita Tribal Enterprises compare to industry benchmarks for similar accounting services, and what is the risk of substandard service delivery?
Assessing performance against industry benchmarks is challenging without specific contract deliverables and performance metrics. The risk of substandard service delivery exists if the firm-fixed-price nature of the contract incentivizes cost-cutting over quality, or if the excluded sources represented superior alternatives. Continuous monitoring by NASA is essential.
What is the overall effectiveness of this contract in meeting NASA's financial analysis and business support needs, considering the procurement method?
The effectiveness hinges on whether the services provided by Wichita Tribal Enterprises have demonstrably improved NASA's financial operations and decision-making. The procurement method, particularly the exclusion of sources, introduces a layer of uncertainty regarding the full potential effectiveness and value achieved compared to a truly unfettered competitive process.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Accounting, Tax Preparation, Bookkeeping, and Payroll Services › Other Accounting 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
Solicitation ID: NNC15ZB0001R
Offers Received: 11
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Wichita Tribe Industrial Development Commission
Address: 1831 E 71ST ST, TULSA, OK, 74136
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $31,884,951
Exercised Options: $31,884,951
Current Obligation: $30,891,660
Actual Outlays: $14,288,745
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $1,576,964
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2015-06-01
Current End Date: 2023-05-31
Potential End Date: 2023-05-31 00:00:00
Last Modified: 2023-03-15
More Contracts from Wichita Tribal Enterprises, LLC
- Provide IHS With Services for Website Application Development, WEB Content Management, Database Management, Quality Assurance and Development, Maintenance and Overall Support and Management of the Indian Health Services Ihs.gov Domain in Accordance W — $9.2M (Department of the Interior)
- Resource and Patient Management System (rpms) Information Technology Support — $8.9M (Department of the Interior)
View all Wichita Tribal Enterprises, LLC federal contracts →
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 →