NASA's TIALS 2 contract awarded to Alcyon Technical Services JV, LLC for $72.4M over 11 years
Contract Overview
Contract Amount: $72,380,005 ($72.4M)
Contractor: Alcyon Technical Services (ATS) JV, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2015-11-04
End Date: 2026-06-30
Contract Duration: 3,891 days
Daily Burn Rate: $18.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: IGF::OT::IGF - TECHNICAL INFORMATION, ADMINISTRATIVE, AND LOGISTICS SERVICES (TIALS 2) TO SUPPORT THE INSTITUTIONAL NEEDS OF NASA'S GLENN RESEARCH CENTER. ADMINISTRATIVE AND CLERICAL TASK.
Place of Performance
Location: CLEVELAND, CUYAHOGA County, OHIO, 44135
State: Ohio Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $72.4 million to ALCYON TECHNICAL SERVICES (ATS) JV, LLC for work described as: IGF::OT::IGF - TECHNICAL INFORMATION, ADMINISTRATIVE, AND LOGISTICS SERVICES (TIALS 2) TO SUPPORT THE INSTITUTIONAL NEEDS OF NASA'S GLENN RESEARCH CENTER. ADMINISTRATIVE AND CLERICAL TASK. Key points: 1. Contract provides essential administrative and clerical support for NASA's Glenn Research Center. 2. The contract's duration of over 11 years suggests a long-term need for these services. 3. The award was made under full and open competition, indicating a broad search for qualified bidders. 4. The contract type is Cost Plus Fixed Fee (CPFF), which can incentivize cost control but also carries risk. 5. Performance is located in Ohio, impacting the local workforce and economy. 6. The contract value of $72.4M over its term represents significant federal investment in support services.
Value Assessment
Rating: good
The contract's value of $72.4M over approximately 11 years averages to about $6.6M annually. Benchmarking this against similar facilities support services contracts is challenging without more specific service details. However, the CPFF structure requires careful monitoring to ensure costs remain reasonable and aligned with the fixed fee. The long duration suggests a stable, ongoing need, which can sometimes lead to better pricing through economies of scale if managed effectively.
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 NASA sought proposals from all responsible sources capable of meeting the requirements. While the 'exclusion of sources' phrasing might seem restrictive, it typically refers to specific technical or security requirements that might exclude certain types of entities, but the primary intent was broad competition. The number of bidders is not specified, but full and open competition generally fosters a competitive environment, leading to better price discovery.
Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by driving down costs and encouraging innovation among potential contractors.
Public Impact
NASA's Glenn Research Center benefits from consistent and reliable administrative and clerical support, enabling its core research and development missions. The contract supports the operational efficiency of a key federal research facility. The geographic impact is primarily in Ohio, where the Glenn Research Center is located, potentially supporting local jobs and businesses. Workforce implications include employment opportunities for individuals with administrative, clerical, and logistical skills within the contractor's organization.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The Cost Plus Fixed Fee (CPFF) contract type can lead to cost overruns if not closely monitored, as the contractor is reimbursed for allowable costs plus a fixed fee.
- The long contract duration (over 11 years) may reduce flexibility to adapt to changing needs or incorporate newer, more efficient technologies without costly modifications.
- The specific nature of 'administrative and clerical tasks' can be broad, potentially leading to scope creep if not clearly defined and managed.
Positive Signals
- The contract was awarded through full and open competition, suggesting a robust selection process that likely yielded a competitive price.
- The long-term nature of the contract provides stability for NASA's support services, ensuring continuity for critical operations at Glenn Research Center.
- The contractor, Alcyon Technical Services (ATS) JV, LLC, is a joint venture, which may bring specialized expertise and potentially foster small business participation if structured appropriately.
Sector Analysis
This contract falls within the Facilities Support Services sector, which is a broad category encompassing a range of services necessary for the operation and maintenance of government facilities. This sector is crucial for enabling government agencies to focus on their primary missions. Spending in this area is often stable, reflecting the ongoing need for operational support. Comparable spending benchmarks would depend on the specific scale and complexity of services provided, but federal agencies consistently allocate significant resources to facility management and support.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (sb: false). As a joint venture, Alcyon Technical Services (ATS) JV, LLC may have a structure that includes small business participation, either as a partner in the JV or through subcontracting. However, without further information on the JV's composition or subcontracting plans, the direct impact on the small business ecosystem is unclear. Further analysis would be needed to determine if small businesses are benefiting from subcontracting opportunities.
Oversight & Accountability
Oversight for this contract would primarily reside with the National Aeronautics and Space Administration (NASA), specifically the contracting officer and program managers responsible for the Glenn Research Center. The contract type (CPFF) necessitates diligent oversight of incurred costs to ensure they are allowable, allocable, and reasonable. Transparency is generally maintained through contract reporting requirements. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- NASA Glenn Research Center Operations Support
- Federal Facilities Management Contracts
- Administrative Services for Government Agencies
- Logistics Support Services
- IT Support Services (if applicable within clerical tasks)
Risk Flags
- Long contract duration may reduce flexibility.
- CPFF contract type requires diligent cost oversight.
- Potential for scope creep in administrative tasks.
- Need to verify small business participation.
Tags
nasa, facilities-support-services, administrative-support, clerical-support, cost-plus-fixed-fee, full-and-open-competition, ohio, nasa-glenn-research-center, long-term-contract, service-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $72.4 million to ALCYON TECHNICAL SERVICES (ATS) JV, LLC. IGF::OT::IGF - TECHNICAL INFORMATION, ADMINISTRATIVE, AND LOGISTICS SERVICES (TIALS 2) TO SUPPORT THE INSTITUTIONAL NEEDS OF NASA'S GLENN RESEARCH CENTER. ADMINISTRATIVE AND CLERICAL TASK.
Who is the contractor on this award?
The obligated recipient is ALCYON TECHNICAL SERVICES (ATS) JV, 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 $72.4 million.
What is the period of performance?
Start: 2015-11-04. End: 2026-06-30.
What is the track record of Alcyon Technical Services (ATS) JV, LLC with NASA or similar federal agencies?
Information regarding the specific track record of Alcyon Technical Services (ATS) JV, LLC, particularly with NASA or in providing similar facilities support services, is not detailed in the provided data. As a joint venture, its operational history might be a composite of its member companies or a newer entity. A thorough review would involve examining past performance evaluations, any contract disputes or awards, and the experience of its key personnel. Understanding their history with cost-reimbursable contracts and administrative support would be crucial for assessing future performance risk.
How does the annual cost of this contract compare to similar support services at other NASA centers or federal facilities?
The annual cost for this contract averages approximately $6.6 million ($72.4M / ~11 years). Direct comparison to similar contracts at other NASA centers or federal facilities is difficult without detailed service scope and performance metrics. However, this figure represents a significant investment in administrative and clerical support. Factors influencing cost include geographic location (labor rates), specific service requirements (e.g., level of IT support, security clearances), and the overall size and complexity of the facility being supported. Benchmarking would require access to detailed data on comparable contracts, focusing on cost per employee supported or cost per square foot of facility managed.
What are the primary risks associated with the Cost Plus Fixed Fee (CPFF) contract structure for this type of service?
The primary risk with a CPFF contract for administrative and clerical services is potential cost escalation beyond initial estimates, even with a fixed fee. While the fee is fixed, the contractor is reimbursed for all allowable costs. If cost controls are weak or unforeseen issues arise, the total cost to the government can increase significantly. This necessitates robust oversight from NASA to scrutinize all claimed costs. Another risk is that the fixed fee might not adequately incentivize efficiency if it's perceived as too high or if the contractor focuses on cost recovery rather than cost reduction to maximize profit within the fee.
How effective is the 'full and open competition after exclusion of sources' method in ensuring value for money for administrative support services?
The 'full and open competition after exclusion of sources' method aims to ensure value for money by casting a wide net for potential bidders while still adhering to necessary qualifications. This broad competition typically drives down prices as contractors vie for the award. However, the 'exclusion of sources' clause needs careful scrutiny to ensure it is justified and not unduly restrictive. If the exclusions are legitimate (e.g., security, specific technical capabilities), then the competition is likely effective. If the exclusions are arbitrary, they could limit competition and potentially lead to higher costs or less optimal solutions.
What is the historical spending trend for facilities support services at NASA's Glenn Research Center?
The provided data only details one specific contract (TIALS 2). To analyze historical spending trends for facilities support services at NASA's Glenn Research Center, one would need to examine spending data over multiple fiscal years, identifying all contracts related to facility operations, maintenance, administrative support, and logistics. This would involve looking at contract databases for previous awards, task orders, and modifications. Trends could reveal increases or decreases in spending, shifts in contract types, or changes in the number and types of contractors utilized, providing context for the current TIALS 2 award.
What are the potential implications of the 11+ year duration on service quality and innovation?
A contract duration exceeding 11 years offers significant stability and continuity for NASA's Glenn Research Center, ensuring consistent administrative and clerical support. This long-term commitment can foster a strong working relationship between NASA and Alcyon Technical Services (ATS) JV, LLC, potentially leading to improved understanding of needs and more tailored service delivery. However, such extended periods can also pose risks. Service quality might stagnate if there are insufficient incentives for continuous improvement or adaptation. Innovation could be stifled, as the contractor may be less motivated to introduce new technologies or processes if the contract is nearing its end or if modifications are complex and costly. Regular performance reviews and clear mechanisms for incorporating innovation are crucial.
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
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Alcyon Technical Services (ATS) JV LLC
Address: 4801 UNIVERSITY SQUARE STE 31, HUNTSVILLE, AL, 35816
Business Categories: Black American Owned Business, Category Business, Economically Disadvantaged Women Owned Small Business, Joint Venture Economically Disadvantaged Women Owned Small Business, Joint Venture Women Owned Small Business, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $75,939,813
Exercised Options: $75,939,813
Current Obligation: $72,380,005
Actual Outlays: $31,097,047
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: NNC16CA11C
IDV Type: IDC
Timeline
Start Date: 2015-11-04
Current End Date: 2026-06-30
Potential End Date: 2027-03-31 00:00:00
Last Modified: 2026-03-30
More Contracts from Alcyon Technical Services (ATS) JV, LLC
- Systems Engineering Advanced Services (seas). Under This Contract, the Contractor Shall Provide Mission and Instrument Systems Engineering (m&ise) Services to the Mission Engineering&systems Analysis Division and Related Applied Engineering and Technology Directorate Organizations for the Formulation and Implementation of Flight and Ground Systems AS Well AS Development and Validation of NEW Technologies — $350.4M (National Aeronautics and Space Administration)
- - Technical Information, Administrative, and Logistics Services (tials 2) to Support the Institutional Needs of Nasa's Glenn Research Center. Logistics Task — $140.8M (National Aeronautics and Space Administration)
- Tials 2 - Stock Purchases — $12.8M (National Aeronautics and Space Administration)
- - Technical Information, Administrative, and Logistics Services (tials 2) to Support the Institutional Needs of Nasa's Glenn Research Center. Management Task. Management Services Task — $9.3M (National Aeronautics and Space Administration)
View all Alcyon Technical Services (ATS) JV, 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 →