NASA's $74.5M Glory Mission Polarimetry Sensor Contract Awarded Sole Source to Orbital Sciences LLC
Contract Overview
Contract Amount: $74,542,221 ($74.5M)
Contractor: Orbital Sciences LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2004-06-03
End Date: 2012-03-31
Contract Duration: 2,858 days
Daily Burn Rate: $26.1K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS AWARD FEE
Sector: R&D
Official Description: AEROSOL POLARIMETRY SENSOR FOR THE GLORY MISSION
Place of Performance
Location: STERLING, LOUDOUN County, VIRGINIA, 20166
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $74.5 million to ORBITAL SCIENCES LLC for work described as: AEROSOL POLARIMETRY SENSOR FOR THE GLORY MISSION Key points: 1. The contract awarded to Orbital Sciences LLC for the Glory Mission's aerosol polarimetry sensor represents a significant investment in Earth science research. 2. The sole-source nature of this award warrants scrutiny regarding the justification for limited competition and its potential impact on pricing. 3. Performance risk is a key indicator, given the complexity of developing specialized scientific instruments for space missions. 4. The contract's duration and cost-plus award fee structure suggest a focus on achieving specific performance milestones. 5. This contract positions Orbital Sciences LLC as a key contractor for NASA's Earth observation initiatives. 6. The absence of small business set-aside indicates the primary contractor is likely a large business, with potential subcontracting opportunities.
Value Assessment
Rating: fair
Benchmarking the value of this specific contract is challenging due to its unique nature as a sole-source award for a specialized scientific instrument. The cost-plus award fee structure implies that the final cost could vary based on performance. Without comparable sole-source contracts for similar instruments or a clear breakdown of cost components, a definitive value-for-money assessment is difficult. However, the total award amount of $74.5 million over nearly eight years suggests a substantial investment in a critical mission component.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one bidder, Orbital Sciences LLC, was solicited. The justification for this approach typically involves unique capabilities, proprietary technology, or the need for continuity with prior work. Without further details on the specific rationale, it's difficult to assess the extent of competition. Sole-source awards can sometimes lead to higher prices compared to fully competed contracts due to the lack of competitive pressure.
Taxpayer Impact: Taxpayers may have paid a premium for this contract due to the absence of competitive bidding. The lack of multiple offers means the government did not benefit from price reductions that often arise from a competitive procurement process.
Public Impact
The primary beneficiaries are NASA and the scientific community, who will gain valuable data on aerosols and their impact on climate. The contract delivers a critical scientific instrument, the aerosol polarimetry sensor, essential for the Glory mission's objectives. The geographic impact is global, as the data collected will contribute to understanding Earth's climate system. Workforce implications include employment for specialized engineers, scientists, and technicians involved in the development and integration of the sensor.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potentially increases costs for taxpayers.
- Cost-plus award fee structure can lead to cost overruns if not managed effectively.
- Long contract duration (2858 days) increases the risk of scope creep or evolving requirements.
- Lack of transparency in the sole-source justification makes it difficult to assess fairness.
- Potential for contractor lock-in due to specialized nature of the instrument.
Positive Signals
- Award to an established contractor (Orbital Sciences LLC) suggests a degree of confidence in their capabilities.
- Focus on a specific, critical scientific instrument for a high-priority NASA mission.
- Cost-plus award fee structure incentivizes performance, potentially leading to a high-quality outcome.
- The contract supports a significant scientific endeavor with potential long-term benefits for climate research.
Sector Analysis
This contract falls within the aerospace and defense sector, specifically focusing on the development of scientific instruments for space-based Earth observation. The market for such specialized components is often characterized by a limited number of highly capable contractors. Comparable spending benchmarks are difficult to establish due to the unique nature of polarimetry sensors and the sole-source award. However, NASA's overall spending on Earth science missions represents a significant portion of its budget, highlighting the importance of such investments.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false), and the primary contractor, Orbital Sciences LLC, is a large entity. This suggests that the development of the aerosol polarimetry sensor required the resources and expertise typically found in larger aerospace firms. While there might be opportunities for small businesses to subcontract, the primary award does not directly benefit the small business ecosystem through a set-aside.
Oversight & Accountability
Oversight for this contract would primarily fall under NASA's contracting officers and program management. The cost-plus award fee structure necessitates close monitoring of performance and costs to ensure value for money. Transparency regarding the sole-source justification and ongoing progress reports would be key accountability measures. While specific Inspector General jurisdiction isn't detailed, NASA's Office of Inspector General typically oversees agency contracts for fraud, waste, and abuse.
Related Government Programs
- NASA Earth Science Missions
- Climate Change Research Programs
- Satellite Instrument Development
- Aerospace Engineering Services
Risk Flags
- Sole-source award raises concerns about competition and potential price inflation.
- Long contract duration increases risk of cost overruns and scope creep.
- Cost-plus award fee structure requires diligent oversight to ensure value.
- Lack of detailed performance metrics in the provided data hinders full assessment.
Tags
nasa, orbital-sciences-llc, aerosol-polarimetry-sensor, glory-mission, sole-source, cost-plus-award-fee, engineering-services, space-technology, earth-science, virginia, definitive-contract, research-and-development
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $74.5 million to ORBITAL SCIENCES LLC. AEROSOL POLARIMETRY SENSOR FOR THE GLORY MISSION
Who is the contractor on this award?
The obligated recipient is ORBITAL SCIENCES 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 $74.5 million.
What is the period of performance?
Start: 2004-06-03. End: 2012-03-31.
What was the specific justification for awarding this contract on a sole-source basis to Orbital Sciences LLC?
The provided data does not specify the exact justification for the sole-source award. Typically, sole-source procurements are justified when only one responsible source is available or possesses unique capabilities, proprietary data, or when urgency precludes full and open competition. For a specialized instrument like an aerosol polarimetry sensor for a specific mission, NASA might have argued that Orbital Sciences LLC was the only entity with the requisite technical expertise, existing technology, or prior development experience necessary to meet the mission's stringent requirements within the required timeframe. Without NASA's official justification document, the precise reasons remain speculative, but it likely centered on technical uniqueness or mission criticality.
How does the 'Cost Plus Award Fee' (CPAF) contract type typically function, and what are its implications for this project?
A Cost Plus Award Fee (CPAF) contract is a type of cost-reimbursement contract where the contractor is reimbursed for all allowable costs incurred, plus a fee that consists of a base amount (often minimal) and an award amount. The award amount is determined based on the contractor's performance against pre-defined criteria and metrics, evaluated by the government. For the Glory Mission sensor, this means Orbital Sciences LLC would be paid for its expenses in developing the sensor, and then receive an additional fee based on how well they met NASA's performance expectations (e.g., meeting technical specifications, schedule adherence, quality). This structure incentivizes the contractor to perform well while allowing flexibility for unforeseen technical challenges inherent in complex R&D projects.
What is the historical spending pattern for Orbital Sciences LLC with NASA, particularly in the area of scientific instrument development?
Orbital Sciences LLC (now part of Northrop Grumman) has a long history of contracting with NASA, particularly in areas related to launch services, satellite development, and scientific payloads. While specific historical spending figures for instrument development alone are not provided in this dataset, their involvement in numerous NASA missions, including Earth observation and space science, indicates significant experience. Their track record suggests a capacity to handle complex engineering and manufacturing tasks for space-grade hardware. Analyzing past performance on similar contracts would be crucial for a comprehensive assessment of their reliability and cost-effectiveness in this specific instance.
What are the potential risks associated with a long-duration contract (2858 days) for a complex scientific instrument?
Long-duration contracts for complex scientific instruments carry several risks. Firstly, technological obsolescence is a concern; advancements in sensor technology could occur during the development period, potentially making the final product less cutting-edge than initially envisioned or requiring costly upgrades. Secondly, requirements creep is common, where project goals or specifications evolve over time, leading to increased costs and schedule delays. Thirdly, maintaining contractor focus and motivation over an extended period can be challenging. Finally, the longer the contract, the greater the exposure to economic fluctuations, changes in program priorities, or personnel turnover within both the contractor and the government oversight team, all of which can impact project success.
How does the 'Engineering Services' (NAICS 541330) classification relate to the development of a polarimetry sensor?
The NAICS code 541330, 'Engineering Services,' broadly encompasses firms that provide engineering consulting and services. This classification is highly relevant to the development of a polarimetry sensor because such a project requires extensive engineering expertise across multiple disciplines. This includes aerospace engineering (for integration into the satellite), optical engineering (for sensor design and function), electrical engineering (for power and data systems), software engineering (for control and data processing), and materials science. Engineering service firms often undertake complex design, analysis, prototyping, and testing required for specialized scientific instruments like the one for the Glory mission.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SPACE VEHICLES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Parent Company: Northrop Grumman Innovation Systems LLC (UEI: 618705925)
Address: 21839 ATLANTIC BLVD, STERLING, VA, 20166
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $76,446,809
Exercised Options: $76,446,809
Current Obligation: $74,542,221
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Timeline
Start Date: 2004-06-03
Current End Date: 2012-03-31
Potential End Date: 2012-03-31 00:00:00
Last Modified: 2017-10-30
More Contracts from Orbital Sciences LLC
- Rapid Spacecraft Acquisition Master Contract the Contractor Shall Provide the Spacecraft and ALL Associated Hardware, Software, Labor, Documentation and Post Launch Support for the Landsat Data Continuity Mission (ldcm) — $294.3M (Department of the Interior)
- Ldpe Espa Ring — $242.1M (Department of Defense)
- Icesat-2 Delivery Order - Core System Spacecraft Include Hardware and Software — $208.2M (National Aeronautics and Space Administration)
- , STP SAT-6, Spacecraft Assembly, Integration&launch — $168.3M (Department of Defense)
- Landsat 9 Spacecraft. Core Spacecraft Including ALL Associated Hardware, Software and Documentation — $168.1M (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 →