NASA's GUEST Contract: $111.4M for IT Infrastructure Support by Primus Solutions
Contract Overview
Contract Amount: $111,428,006 ($111.4M)
Contractor: Primus Solutions, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2010-05-16
End Date: 2016-11-15
Contract Duration: 2,375 days
Daily Burn Rate: $46.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 7
Pricing Type: FIXED PRICE INCENTIVE
Sector: IT
Official Description: GODDARD UNIFIED ENTERPRISE SERVICES AND TECHNOLOGY (GUEST) CONTRACT. IN ORDER TO DEVELOP, INTEGRATE, SUSTAIN, AND MANAGE IT INFRASTRUCTURE AND SYSTEMS, GSFC REQUIRES SUPPORT SERVICES IN THE AREAS OF MANAGEMENT AND INFORMATION SYSTEMS, BUSINESS INFRASTRUCTURE AND APPLICATIONS DEVELOPMENT, SYSTEM ADMINISTRATION, NETWORK DESIGN, DEVELOPMENT, AND CONFIGURATION MANAGEMENT UNDER A SINGLE INTEGRATOR. THE ASRC TEAM SHALL PROVIDE LABOR, HARDWARE/SOFTWARE, EQUIPMENT AND MATERIALS REQUIRED TO SUCCESSFULLY PERFORM THE OBJECTIVES DESCRIBED IN THIS SOO. THE ASRC TEAM WILL PROVIDE GSFC WITH SUPPORT FOR CURRENT AND EVOLVING IT REQUIREMENTS. SPECIFIC AREAS OF SUPPORT INCLUDE: SYSTEM, WEB, AND DATABASE ADMINISTRATION; SOFTWARE DEVELOPMENT AND SUSTAINING ENGINEERING; ENTERPRISE-WIDE SERVICE CALL CENTER; MESSAGING AND COLLABORATION; IT SECURITY; CONFIGURATION, PROGRAM AND ASSET MANAGEMENT; DATA BACKUP AND STORAGE; DISASTER RECOVERY; SPECIALIZED NETWORK ENGINEERING, AND SURGE SUPPORT FOR UNANTICIPATED ELEVATIONS IN SERVICE.
Place of Performance
Location: GREENBELT, PRINCE GEORGES County, MARYLAND, 20771
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $111.4 million to PRIMUS SOLUTIONS, LLC for work described as: GODDARD UNIFIED ENTERPRISE SERVICES AND TECHNOLOGY (GUEST) CONTRACT. IN ORDER TO DEVELOP, INTEGRATE, SUSTAIN, AND MANAGE IT INFRASTRUCTURE AND SYSTEMS, GSFC REQUIRES SUPPORT SERVICES IN THE AREAS OF MANAGEMENT AND INFORMATION SYSTEMS, BUSINESS INFRASTRUCTURE AND APPLICATIONS DEV… Key points: 1. The contract aims to consolidate IT infrastructure and systems management under a single integrator. 2. Primus Solutions is the prime contractor, providing labor, hardware, software, and materials. 3. The contract covers a broad range of IT services including system administration, software development, and a service call center. 4. Competition was full and open after exclusion of sources, suggesting a competitive bidding process. 5. The fixed-price incentive contract type aims to align contractor performance with NASA's objectives.
Value Assessment
Rating: good
The contract value of $111.4M over approximately 6.5 years for comprehensive IT infrastructure management appears reasonable when benchmarked against similar large-scale federal IT support contracts.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition after exclusion of sources, indicating a competitive process that likely led to fair market pricing. The specific exclusion of sources would need further investigation to fully assess its impact on price discovery.
Taxpayer Impact: The consolidation of IT services under one contract aims for efficiency, potentially leading to cost savings for taxpayers by streamlining management and reducing redundancy.
Public Impact
Ensures continuity and modernization of critical IT infrastructure for NASA's Goddard Space Flight Center. Supports a wide array of IT functions, from basic system administration to complex software development. The single integrator approach could lead to improved service delivery and faster issue resolution for NASA personnel. Potential for technology advancements through the integration of new hardware and software solutions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Contract duration is lengthy, potentially leading to vendor lock-in or outdated technology if not managed proactively.
- Fixed-price incentive contracts can sometimes lead to cost overruns if performance targets are not met or are poorly defined.
- The 'exclusion of sources' clause warrants scrutiny to ensure it did not unduly limit competition.
Positive Signals
- Consolidates multiple IT services under one contract, promoting efficiency.
- Utilizes a competitive award process to ensure fair pricing.
- Aims to provide comprehensive support for current and evolving IT needs.
Sector Analysis
This contract falls within the IT services sector, specifically Computer Facilities Management Services. Federal spending in this area is substantial, driven by the need to maintain and upgrade complex digital infrastructures across agencies. Benchmarks for similar contracts vary widely based on scope and duration.
Small Business Impact
The provided data does not indicate whether small businesses were involved as subcontractors on this contract. Further analysis would be needed to determine the extent of small business participation.
Oversight & Accountability
The contract type (Fixed Price Incentive) suggests performance incentives are tied to cost and delivery. Oversight would focus on monitoring contractor performance against these incentives and ensuring adherence to the Statement of Objectives (SOO).
Related Government Programs
- Computer Facilities Management Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for scope creep given the broad nature of IT support.
- Reliance on a single integrator could create single points of failure if not managed robustly.
- The exclusion of sources needs further vetting to confirm its necessity and impact on competition.
- Long contract duration may not keep pace with rapid technological advancements in IT.
Tags
computer-facilities-management-services, national-aeronautics-and-space-administr, md, definitive-contract, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $111.4 million to PRIMUS SOLUTIONS, LLC. GODDARD UNIFIED ENTERPRISE SERVICES AND TECHNOLOGY (GUEST) CONTRACT. IN ORDER TO DEVELOP, INTEGRATE, SUSTAIN, AND MANAGE IT INFRASTRUCTURE AND SYSTEMS, GSFC REQUIRES SUPPORT SERVICES IN THE AREAS OF MANAGEMENT AND INFORMATION SYSTEMS, BUSINESS INFRASTRUCTURE AND APPLICATIONS DEVELOPMENT, SYSTEM ADMINISTRATION, NETWORK DESIGN, DEVELOPMENT, AND CONFIGURATION MANAGEMENT UNDER A SINGLE INTEGRATOR. THE ASRC TEAM SHALL PROVIDE LABOR, HARDWARE/SOFTWARE, EQUIPMENT AND MATERIALS REQUIRED TO SUCCESSFULLY
Who is the contractor on this award?
The obligated recipient is PRIMUS SOLUTIONS, 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 $111.4 million.
What is the period of performance?
Start: 2010-05-16. End: 2016-11-15.
What specific IT systems and infrastructure does the GUEST contract support, and what is the criticality of these systems to NASA's mission?
The GUEST contract supports a broad range of IT infrastructure and systems for NASA's Goddard Space Flight Center (GSFC), including management and information systems, business infrastructure, application development, system administration, and network design. These systems are critical for GSFC's operations, research, and development activities, encompassing everything from daily administrative functions to complex scientific data processing and mission control support.
How effectively did the 'full and open competition after exclusion of sources' mechanism ensure fair pricing and prevent potential anti-competitive outcomes?
While 'full and open competition after exclusion of sources' indicates an attempt at broad competition, the exclusion itself requires careful examination. If the exclusion was based on legitimate technical requirements or past performance, it could still yield competitive pricing. However, if the exclusion was overly broad or poorly justified, it might have limited the bidder pool, potentially impacting price discovery and leading to less favorable terms for the government.
What are the key performance indicators (KPIs) and incentive structures within the Fixed Price Incentive (FPI) contract, and how are they measured to ensure value for taxpayer money?
The FPI contract likely includes KPIs related to system uptime, response times for service calls, project delivery schedules, and potentially cost-saving initiatives. The incentive structure would tie a portion of the contractor's profit to achieving or exceeding these targets, while also establishing a ceiling price. Effective oversight involves rigorous tracking of these KPIs and objective measurement of performance to ensure the government receives the intended value and manages costs appropriately.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Facilities Management Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: NNG08230770R
Offers Received: 7
Pricing Type: FIXED PRICE INCENTIVE (L)
Evaluated Preference: NONE
Contractor Details
Parent Company: Arctic Slope Regional Corporation (UEI: 076637073)
Address: 6303 IVY LANE STE 130, GREENBELT, MD, 20770
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $229,000,000
Exercised Options: $229,000,000
Current Obligation: $111,428,006
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Timeline
Start Date: 2010-05-16
Current End Date: 2016-11-15
Potential End Date: 2016-11-15 00:00:00
Last Modified: 2018-09-19
More Contracts from Primus Solutions, LLC
- Transportation Services - Imcom — $87.5M (Department of Defense)
- Class III Petroleum, Oils, and Lubricant (POL) Refueling/Defueling Services — $63.6M (Department of Defense)
- W&F Contractor Services NEW Solicitation — $59.9M (Department of the Treasury)
- Logistics Support Services Including Maintenance Transportation and Supply — $42.9M (Department of Defense)
- Comprehensive Tactical Infrastructure Maintenance and Repair — $26.4M (Department of Homeland Security)
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 →