NASA Awards $39.9M for Telephone Apparatus Manufacturing, Ending in 2022
Contract Overview
Contract Amount: $39,933,876 ($39.9M)
Contractor: Frequentis USA, Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2006-09-27
End Date: 2022-03-14
Contract Duration: 5,647 days
Daily Burn Rate: $7.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MOVE SUPPLIES AND SERVICES
Place of Performance
Location: ROCKVILLE, MONTGOMERY County, MARYLAND, 20852
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $39.9 million to FREQUENTIS USA, INC for work described as: MOVE SUPPLIES AND SERVICES Key points: 1. Significant contract value of $39.9M over its lifespan. 2. Competition was full and open after source exclusion, suggesting a competitive process. 3. Risk appears moderate given the long duration and fixed-price contract. 4. The sector is Telephone Apparatus Manufacturing, a niche but essential area.
Value Assessment
Rating: fair
The contract value of $39.9M over nearly 16 years suggests a moderate annual spend. Without specific per-unit data or comparison to similar contracts for telephone apparatus, a precise pricing assessment is difficult. However, the duration implies potential for price escalation if not managed.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract utilized 'Full and Open Competition After Exclusion of Sources,' indicating a competitive bidding process was initiated, but specific sources were initially excluded. This method aims for competitive pricing while potentially streamlining the process for specific needs.
Taxpayer Impact: The competitive nature of the award suggests taxpayers likely received fair market value, though the long duration could introduce long-term cost considerations.
Public Impact
Ensures continued availability of critical communication equipment for NASA operations. Supports the manufacturing sector for specialized telephone apparatus. Long-term contract provides stability for both the agency and the contractor.
Waste & Efficiency Indicators
Waste Risk Score: 70 / 10
Warning Flags
- Long contract duration (nearly 16 years) increases risk of price drift and obsolescence.
- Exclusion of sources in the competition phase warrants scrutiny for fairness and optimal pricing.
Positive Signals
- Firm Fixed Price contract provides cost certainty.
- Full and open competition generally leads to better pricing.
- Contract awarded to a single entity (FREQUENTIS USA, INC) may indicate specialized capabilities.
Sector Analysis
The Telephone Apparatus Manufacturing sector (NAICS 334210) involves the production of communication equipment. NASA's spending in this area supports its complex operational needs, which often require specialized and reliable communication systems.
Small Business Impact
The data indicates this contract was not awarded to a small business (sb: false). Further analysis would be needed to determine if small business participation was sought or achieved through subcontracting.
Oversight & Accountability
The contract was awarded by NASA, a federal agency with established oversight mechanisms. The long duration necessitates ongoing monitoring to ensure compliance, performance, and fair pricing throughout its term.
Related Government Programs
- Telephone Apparatus Manufacturing
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Long contract duration increases risk of obsolescence and price drift.
- Potential for limited competition due to source exclusion.
- Lack of specific performance metrics or unit cost data hinders detailed value assessment.
- Technology may be outdated by contract end date.
Tags
telephone-apparatus-manufacturing, national-aeronautics-and-space-administr, md, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $39.9 million to FREQUENTIS USA, INC. MOVE SUPPLIES AND SERVICES
Who is the contractor on this award?
The obligated recipient is FREQUENTIS USA, 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 $39.9 million.
What is the period of performance?
Start: 2006-09-27. End: 2022-03-14.
What was the rationale for excluding specific sources during the initial competition phase?
The rationale for excluding specific sources during the initial competition phase is not detailed in the provided data. Typically, such exclusions are based on specific technical requirements, past performance issues, or national security concerns. Understanding this rationale is crucial for assessing whether the competition truly maximized value and fairness for all potential bidders.
How does the per-unit cost of the telephone apparatus compare to industry benchmarks over the contract's lifespan?
The provided data lacks specific per-unit cost details, making a direct comparison to industry benchmarks impossible. The contract's long duration (5647 days) and firm fixed-price nature suggest an attempt to lock in costs. However, without granular data, it's difficult to ascertain if the pricing remained competitive against evolving market rates for similar telephone apparatus.
What is the potential impact of technological obsolescence on the supplied telephone apparatus given the contract's end date of 2022?
Given the contract's end date of March 14, 2022, and its start date of September 27, 2006, the supplied telephone apparatus may be nearing or past its technological prime. The long duration increases the risk of obsolescence, potentially impacting NASA's operational effectiveness if the equipment becomes outdated or unsupported.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Telephone Apparatus Manufacturing
Product/Service Code: UTILITIES AND HOUSEKEEPING › UTILITIES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Frequentis Defense Inc.
Address: 8661 ROBERT FULTON DR STE 100, COLUMBIA, MD, 21046
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $40,055,237
Exercised Options: $40,055,237
Current Obligation: $39,933,876
Actual Outlays: $403,100
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Parent Contract
Parent Award PIID: NNG06CA56B
IDV Type: IDC
Timeline
Start Date: 2006-09-27
Current End Date: 2022-03-14
Potential End Date: 2022-03-14 00:00:00
Last Modified: 2023-03-16
More Contracts from Frequentis USA, Inc
- Voice Switch Replacemetn System (vsrs) Award — $147.3M (Department of Transportation)
- Production of APC Units and Apcms' — $122.3M (Department of Transportation)
- Base Period Support Services and Supplies for the Air=to-Ground Protocol Converter System (apcs) to Include Ifat and FAT — $55.4M (Department of Transportation)
- Project Lift VCS Letter Contract for Modernization of FAA VCS' in the NAS Which Includes Replacement of VCS' Dependent on TDM Technology to VCS' That ARE IP Capable — $53.1M (Department of Transportation)
- Ivsr Funding for NEW Contract — $33.6M (Department of Transportation)
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 →