NASA Awards $35.4M for Cryospheric Data Services to University of Colorado
Contract Overview
Contract Amount: $35,369,559 ($35.4M)
Contractor: THE Regents of the University of Colorado
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2008-06-01
End Date: 2013-07-31
Contract Duration: 1,886 days
Daily Burn Rate: $18.8K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST NO FEE
Sector: R&D
Official Description: THE CONTRACTOR SHALL SUPPORT THE NASA SNOW AND ICE RESEARCH AND USER COMMUNITY BY PROVIDING CRYOSPHERIC DATA AND INFORMATION SERVICES, ASSISTING IN LOCATING AND MANIPULATING RELATED DATA NOT ARCHIVED AT THE DAAC, AND SERVING AS A POINT OF CONTACT FOR THE DEVELOPMENT AND IMPLEMENTATION OF NEW GEOPHYSICAL ALGORITHMS TO DERIVE STANDARD SNOW AND ICE PRODUCTS.
Place of Performance
Location: BOULDER, BOULDER County, COLORADO, 80309
State: Colorado Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $35.4 million to THE REGENTS OF THE UNIVERSITY OF COLORADO for work described as: THE CONTRACTOR SHALL SUPPORT THE NASA SNOW AND ICE RESEARCH AND USER COMMUNITY BY PROVIDING CRYOSPHERIC DATA AND INFORMATION SERVICES, ASSISTING IN LOCATING AND MANIPULATING RELATED DATA NOT ARCHIVED AT THE DAAC, AND SERVING AS A POINT OF CONTACT FOR THE DEVELOPMENT AND IMPLEMENT… Key points: 1. Contract supports NASA's snow and ice research with data services. 2. Focus on data manipulation, user support, and algorithm development. 3. Sole-source award raises questions about competition and potential cost savings. 4. Research and Development sector, specifically physical sciences.
Value Assessment
Rating: fair
The contract value of $35.4M over 5 years for specialized R&D services appears reasonable given the niche nature of cryospheric data. However, without comparable contracts or detailed cost breakdowns, a precise pricing assessment is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and may result in higher costs for taxpayers compared to a competitive process.
Taxpayer Impact: The lack of competition for this $35.4M contract may mean taxpayers are not receiving the best possible price for these critical data services.
Public Impact
Supports vital climate research on snow and ice, crucial for understanding climate change. Ensures access to and usability of important cryospheric data for scientists. Potential for advancements in geophysical algorithms and data product development.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for overpricing due to sole-source award
Positive Signals
- Supports critical scientific research
- Develops advanced data products and algorithms
Sector Analysis
This contract falls within the Research and Development sector, specifically focusing on physical sciences. Spending in this area is critical for scientific advancement but often involves unique, specialized services where competition can be challenging.
Small Business Impact
There is no indication that small businesses were involved in this sole-source contract, which is common for highly specialized research services awarded to academic institutions.
Oversight & Accountability
NASA's oversight is crucial to ensure the contractor meets all data service and algorithm development requirements effectively, especially given the sole-source nature of the award.
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
- Sole-source award limits competition.
- Potential for higher costs due to lack of competitive bidding.
- Risk of vendor lock-in for critical data services.
- Limited transparency on specific cost drivers without competition.
Tags
research-and-development-in-the-physical, national-aeronautics-and-space-administr, co, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $35.4 million to THE REGENTS OF THE UNIVERSITY OF COLORADO. THE CONTRACTOR SHALL SUPPORT THE NASA SNOW AND ICE RESEARCH AND USER COMMUNITY BY PROVIDING CRYOSPHERIC DATA AND INFORMATION SERVICES, ASSISTING IN LOCATING AND MANIPULATING RELATED DATA NOT ARCHIVED AT THE DAAC, AND SERVING AS A POINT OF CONTACT FOR THE DEVELOPMENT AND IMPLEMENTATION OF NEW GEOPHYSICAL ALGORITHMS TO DERIVE STANDARD SNOW AND ICE PRODUCTS.
Who is the contractor on this award?
The obligated recipient is THE REGENTS OF THE UNIVERSITY OF COLORADO.
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 $35.4 million.
What is the period of performance?
Start: 2008-06-01. End: 2013-07-31.
What is the justification for the sole-source award, and were alternative competitive strategies considered?
The justification for a sole-source award typically involves unique capabilities or circumstances where only one source can fulfill the requirement. For this NASA contract, it's possible the University of Colorado possesses unique expertise or data access crucial for cryospheric research. However, without detailed documentation, it's unclear if alternative competitive strategies were explored or deemed infeasible.
How does NASA ensure cost-effectiveness and value for money in sole-source R&D contracts?
NASA employs various methods to ensure cost-effectiveness in sole-source R&D contracts, including rigorous negotiation, independent cost estimates, and performance-based metrics. They may also require detailed cost breakdowns and justifications from the contractor. Continuous monitoring of deliverables and milestones helps ensure the value aligns with the investment, even without direct price competition.
What are the long-term implications of relying on a single source for these critical data services?
Relying on a single source for critical data services can create long-term risks, including potential vendor lock-in, reduced innovation due to lack of competitive pressure, and vulnerability if the sole provider faces operational issues. NASA should consider strategies for knowledge transfer, developing alternative sources, or fostering competition for future contract renewals to mitigate these risks.
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: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: COST NO FEE (S)
Evaluated Preference: NONE
Contractor Details
Address: 1800 GRANT ST STE 7, DENVER, CO, 80203
Business Categories: Category Business, Educational Institution, Government, Higher Education, U.S. National Government, Not Designated a Small Business, Higher Education (Public), U.S. Regional/State Government
Financial Breakdown
Contract Ceiling: $35,373,736
Exercised Options: $35,373,736
Current Obligation: $35,369,559
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Timeline
Start Date: 2008-06-01
Current End Date: 2013-07-31
Potential End Date: 2013-07-31 00:00:00
Last Modified: 2019-08-26
More Contracts from THE Regents of the University of Colorado
- This Effort IS the Extension of the Definition Phase (phase B) for the Earth Observing System (EOS) Solar Stellar Irradiance Comparison Experiment (solstice). the Output of the Phase B Extension Will BE a Conceptual Design Cost Review (cdcr). the Statement of Work IS Broken Down Into Three Sections: Instrument, Science, and Science Computing Facility. This IS a Principal Investigator (PI) Experiment to Make Long-Term Solar Observations With the EOS Solstice Instrument. the Measurements Will Contribute to an Improved Understanding of the Variable Energy Input to the Earth's Atmosphere With Special Emphasis on the Sun's Influence on the Temperature, Structure, Dynamics and Chemistry of the Atmospheric System. a Fundamental and Specific USE of EOS, Representing a Substantial Change From Past Practice, IS the Production and Archiving of Data Sets for General Scientific USE. These Data Sets Will Contribute to the Construction of Interdisciplinary Science Products. This Effort Will Include Management of the Complete Program and ITS Coordination. in Phase C/D/E, the University of Colorado (UC) Shall Provide the Facilities, Materials, Services, and Personnel Necessary to Continue the Sorce Mission. UC Shall BE Responsible for Mission Operations and Shall BE Responsible for the Safety of the Instruments and the Spacecraft BUS Through a Subcontract Arrangement With the Spacecraft Provider (orbital Sciences Corporation). UC Shall Develop/Maintain Algorithms for Producing the Science Data Products AS Proposed and Approved by Nasa HQ. After the Science Products Have Been Validated, These Products Will BE Transferred to the Gsfc Data Achieve for Achieve and Distribution. the Ground System Used in the Sorce Mission Shall Meet ALL Nasa Security Requirements — $144.0M (National Aeronautics and Space Administration)
- Nasa Headquarters (HQ) Manages the Mars Exploration Program (MEP), Which Selected the Mars Atmosphere and Volatile Evolution (maven) Project AS a Mars Scout Mission. the Maven Principal Investigator (PI) IS DR. Bruce Jakosky, of the University of Colorado, Laboratory for Atmospheric and Space Physics (lasp) in Boulder, CO. the PI Will Have Overall Control of the Maven Project. HE Will Provide Science Leadership for the Maven Mission and Manage Education and Public Outreach. This Effort Applies to Lasp and Covers Phases a, B, C, D, and E of the Maven Mission. Under Phase a of This Contract, the Contractor IS Responsible for Schedule Management, Providing Technical Progress Reports, and Mission Reviews. Under Phase B, the Contractor IS Responsible for Supporting Requirements Analysis, Project Plans, Preliminary Design Reviews, Monthly Status Reviews, Quarterly Team Meetings, E/PO Activities, and the Preliminary Science Data Management Plan. Under Phases C and D, the Contractor IS Responsible for Supporting Monthly Status Reviews, Quarterly Team Reviews, Responding to Action Items That Result From Meetings/Reviews, Supporting Formal Reviews and Launch Site Activities, and Management of E/PO Activities. Under Phase E, the Contractor IS Responsible for Providing Overall Management of the Maven Science Program and Data Analysis Activities, Ensuring Delivery of Maven Science Data Products, Mission Documentation, and Analytical Software Tools Into PDS, Participating in Analysis and Resolution of Spacecraft Anomalies, AS Necessary, Providing Overall Management of E/PO Activities PER E/PO Plan, Presenting Scientific Results AT National Conferences and in Scientific Literature, and Providing Contract Closeout Support — $117.3M (National Aeronautics and Space Administration)
- TAS::80 0120::TAS This Contract IS for the Tasks Necessary to Design, Analyze, Develop, Fabricate, Integrate, Test, Evaluate and Support Launch of the Euvs XRS Irradiance Sensors (exis), Supply and Maintain the Instrument Ground Support Equipment (GSE), and Support the Satellite Operations Control Center (socc). the Exis IS Classified AS a Non-Primary Instrument Suite on the Goes-R Satellite and HAS a Risk Classification of B. the Contractor Shall Provide the Personnel, Materials, Facilities and Other Resources to Design, Develop, Deliver and Support Under the Basic Contract: A) Parts and Materials for 4 Flight Models B) ONE Exis Flight Model (FM) C) Three Sets of the Electrical System Test Equipment (este) D) TWO Exis Emulators (exises) E) TWO Flight Software Development Environments (fsdes) F) ONE Ground Processing Development System (gpds) G) Spares for the Four FMS H) ALL Additional Exis Mechanical and Electrical Ground Support Equipment (mgse and Egse) Called OUT Elsewhere in This Document I) ALL Items and Documents Specified in ALL Contract Documents the Contractor Shall Provide the Personnel, Materials, Facilities and Other Resources to Design, Develop, Deliver and Support: A) Option 1 for an Additional Flight Model (FM-2) B) Option 2 for an Additional Flight Model (FM-3) C) Option 3FOR an Additional Flight Model (FM-3) — $105.2M (National Aeronautics and Space Administration)
- Total and Spectral Solar Irradiance Sensor (tsis). This Statement of Work (SOW) Defines the Effort Required by the Contractor for the Design, Engineering Analyses, Hardware and Software Development, Fabrication, Integration, Algorithm Development, Test, Evaluation, and Delivery of the Tsis Instrument, and Support for Integration of the Tsis Instrument With the Npoess C1 Mission, Support for Launch Preparations and Launch and Early Operations. Scope for the Development and Implementation of Tsis Routine On-Orbit Operations, Tsis Instrument On-Orbit Data Processing and Analysis, and Tsis Post-Launch Science Support IS NOT Included AT This Time — $90.4M (National Aeronautics and Space Administration)
- Extreme Ultraviolet Variability Experiment (EVE) for the Solar Dynamics Observatory(sdo) — $58.9M (National Aeronautics and Space Administration)
View all THE Regents of the University of Colorado 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 →