NASA's $21.77M contract for IT and business services awarded to ASRC Research and Technology Solutions LLC
Contract Overview
Contract Amount: $21,769,149 ($21.8M)
Contractor: Asrc Research and Technology Solutions LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2014-08-30
End Date: 2015-02-28
Contract Duration: 182 days
Daily Burn Rate: $119.6K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: IGF::OT::IGF PROGRAM ANALYSIS AND CONTROL (PAAC III) PROVIDES PLANNING AND SCHEDULING; CONFIGURATION MANAGEMENT; INFORMATION TECHNOLOGY; DOCUMENTATION/LIBRARY; GENERAL BUSINESS; AND GENERAL ACCOUNTING SERVICES.
Place of Performance
Location: GREENBELT, PRINCE GEORGES County, MARYLAND, 20771
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $21.8 million to ASRC RESEARCH AND TECHNOLOGY SOLUTIONS LLC for work described as: IGF::OT::IGF PROGRAM ANALYSIS AND CONTROL (PAAC III) PROVIDES PLANNING AND SCHEDULING; CONFIGURATION MANAGEMENT; INFORMATION TECHNOLOGY; DOCUMENTATION/LIBRARY; GENERAL BUSINESS; AND GENERAL ACCOUNTING SERVICES. Key points: 1. The contract covers a broad range of services including IT, configuration management, and general accounting. 2. Awarded as a definitive contract with a Cost Plus Fixed Fee pricing structure. 3. The contract duration was relatively short at 182 days. 4. The primary place of performance was Maryland. 5. This contract was not competed, raising questions about potential value for money. 6. The total award amount was over $21 million for the specified period.
Value Assessment
Rating: questionable
Benchmarking the value for money on this contract is challenging due to its sole-source nature and the broad scope of services. Without competitive bids, it's difficult to ascertain if the $21.77 million represented a fair market price for the services rendered. The Cost Plus Fixed Fee structure can sometimes lead to cost overruns if not carefully managed. A comparison to similar, competitively awarded contracts for IT and business support services would be necessary for a more robust assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not open to competition from other potential vendors. This approach is typically used when a specific contractor possesses unique capabilities or when circumstances necessitate a rapid award. The lack of competition means that NASA did not benefit from the price discovery and innovation that typically arises from a competitive bidding process.
Taxpayer Impact: Taxpayers may not have received the best possible price for these services due to the absence of a competitive bidding environment. The government did not leverage market forces to drive down costs or ensure optimal service delivery.
Public Impact
The National Aeronautics and Space Administration (NASA) directly benefited from the services provided. Services included critical IT support, configuration management, and general business and accounting functions. The primary geographic impact was in Maryland, where the services were performed. The contract supported the operational needs of NASA's programs and administrative functions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure, potentially impacting cost-effectiveness.
- Broad service scope could obscure specific performance metrics and value.
- Short contract duration might indicate a stop-gap measure rather than strategic sourcing.
Positive Signals
- Contract awarded to ASRC Research and Technology Solutions LLC, a known entity.
- Services provided were essential for NASA's operational continuity.
- Performance was concentrated in a single location (Maryland).
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically engineering services (NAICS 541330). This sector is characterized by a wide range of specialized expertise. NASA, as a major government agency, frequently procures such services to support its complex missions. Comparable spending benchmarks would involve analyzing other large IT and business support contracts awarded by federal agencies, particularly those with similar service scopes.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements mentioned in the provided data. Therefore, its direct impact on the small business ecosystem is likely minimal, as the prime contract was awarded to a single entity without explicit provisions for small business participation.
Oversight & Accountability
Oversight for this contract would have been managed by the National Aeronautics and Space Administration (NASA). As a definitive contract, it would be subject to standard federal procurement regulations and oversight mechanisms. Transparency regarding the justification for the sole-source award and the performance metrics would be key areas for assessment. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- NASA IT Services Contracts
- Professional and Technical Services
- Engineering Services Contracts
- General Business Support Services
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Cost Plus Fixed Fee pricing structure
Tags
nasa, it-services, business-services, engineering-services, sole-source, definitive-contract, cost-plus-fixed-fee, maryland, professional-scientific-technical-services, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $21.8 million to ASRC RESEARCH AND TECHNOLOGY SOLUTIONS LLC. IGF::OT::IGF PROGRAM ANALYSIS AND CONTROL (PAAC III) PROVIDES PLANNING AND SCHEDULING; CONFIGURATION MANAGEMENT; INFORMATION TECHNOLOGY; DOCUMENTATION/LIBRARY; GENERAL BUSINESS; AND GENERAL ACCOUNTING SERVICES.
Who is the contractor on this award?
The obligated recipient is ASRC RESEARCH AND TECHNOLOGY 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 $21.8 million.
What is the period of performance?
Start: 2014-08-30. End: 2015-02-28.
What was the specific justification for awarding this contract on a sole-source basis?
The provided data indicates the contract was 'NOT COMPETED,' signifying a sole-source award. Specific justifications for sole-source procurements typically fall under exceptions to full and open competition, such as the existence of only one responsible source, or in certain emergency situations. Without further documentation from NASA, the precise reason for bypassing competition for ASRC Research and Technology Solutions LLC remains unspecified in this dataset. Such justifications are crucial for ensuring taxpayer value and adherence to procurement regulations.
How does the Cost Plus Fixed Fee (CPFF) pricing structure compare to other contract types for similar services?
The Cost Plus Fixed Fee (CPFF) structure is often used when the scope of work is not precisely defined, or when there is uncertainty about the costs involved. It allows the contractor to recover allowable costs plus a predetermined fixed fee representing profit. Compared to Firm-Fixed-Price (FFP) contracts, CPFF carries more cost risk for the government, as actual costs can exceed initial estimates. However, it can be advantageous for complex or R&D-intensive projects where cost estimation is difficult. For IT and general business services, FFP contracts are often preferred when requirements are well-defined, as they offer greater cost certainty for the government.
What were the key performance indicators (KPIs) for this contract, and how was performance measured?
The provided data does not include specific Key Performance Indicators (KPIs) or details on how ASRC Research and Technology Solutions LLC's performance was measured under this contract. For a Cost Plus Fixed Fee contract covering services like IT, configuration management, and general accounting, typical KPIs might include system uptime, response times for IT support, accuracy of financial reporting, and adherence to project schedules. NASA's contract administration team would be responsible for monitoring performance against any established metrics and ensuring compliance with the contract terms.
What is the track record of ASRC Research and Technology Solutions LLC with NASA and other federal agencies?
ASRC Research and Technology Solutions LLC has a history of contracting with federal agencies, including NASA. While this specific contract was a sole-source award, the company's broader track record would involve examining other contracts awarded to them, their performance history on those contracts, and any past performance evaluations. A comprehensive review would assess their experience in delivering IT, engineering, and business support services across various agencies to gauge their reliability and capability.
How does the total award amount of $21.77 million compare to annual IT spending at NASA?
The $21.77 million award represents a specific expenditure for a defined period (182 days) and scope of services. NASA's overall annual IT spending is significantly larger, encompassing a wide array of systems, infrastructure, cybersecurity, and support services across the agency. This particular contract's value should be viewed in the context of its specific deliverables and duration rather than as a direct comparison to NASA's total annual IT budget, which can run into billions of dollars. Benchmarking this against similar-scoped, short-term support contracts would be more appropriate.
What are the potential risks associated with a sole-source award for IT and business services?
The primary risk associated with a sole-source award is the potential for reduced value for money due to the lack of competition. Without competing bids, there is less incentive for the contractor to offer the lowest possible price or the most innovative solutions. Other risks include potential complacency from the awarded contractor, limited transparency in pricing, and the possibility that the government may not be aware of superior alternative solutions available in the market. This can lead to higher costs for taxpayers and potentially suboptimal service delivery.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: NNG14517955R
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Arctic Slope Regional Corporation (UEI: 076637073)
Address: 7000 MUIRKIRK MEADOWS DR STE 100, BELTSVILLE, MD, 20705
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Other Minority Owned Business, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $37,000,000
Exercised Options: $37,000,000
Current Obligation: $21,769,149
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2014-08-30
Current End Date: 2015-02-28
Potential End Date: 2015-02-28 00:00:00
Last Modified: 2021-05-27
More Contracts from Asrc Research and Technology Solutions LLC
- THE Ames Research Center (ARC) Consolidated Information Technology (IT) Services (acits) 3 Contract Provides Services in the Categories IT Systems&governance Support, IT Security Support, Network and Communication Systems&support, Application Management&support, Scientific Computing Systems&support, Innovation and Emerging Technologies, and Outreach/Informational Systems&support — $280.2M (National Aeronautics and Space Administration)
- Program Analysis and Control (paac III) Provides Planning and Scheduling; Configuration Management; Information Technology; Documentation/Library; General Business; and General Accounting Services — $277.6M (National Aeronautics and Space Administration)
- Unified Cyber Situational Awareness (ucsa) — $113.3M (Department of Defense)
- Information and Technical Services Contract — $67.8M (National Aeronautics and Space Administration)
- Engineering, Design and Fabrication Services — $46.0M (National Aeronautics and Space Administration)
View all Asrc Research and Technology Solutions 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 →