NASA's $17.7M contract for TV operations awarded to Innovative Technologies, Inc
Contract Overview
Contract Amount: $17,699,478 ($17.7M)
Contractor: Innovative Technologies, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2007-06-01
End Date: 2013-05-31
Contract Duration: 2,191 days
Daily Burn Rate: $8.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE CONTRACTOR SHALL PROVIDE MANAGEMENT AND SUPPORT FUNCTIONS REQUIRED FOR NASA TELEVISION OPERATIONS AT NASA HEADQUARTERS. THIS INCLUDES MASTER CONTROL ROOM OPERATIONS FOR THE MULTI-CHANNEL DIGITAL TELEVISION INFRASTRUCTURE AND THE NASA WEB PORTAL. THESE OPERATIONS ARE FURTHER CATEGORIZED AS ENGINEERING OPERATIONS, VIDEO AND AUDIO DUPLICATION SERVICES, VIDEO AND AUDIO PRODUCTION FOR TELEVISION AND THE WEB. THE CONTRACTOR SHALL MAINTAIN ESTABLISHED STANDARDS FOR TELEVISION OPERATIONS AND PRODUCTIONS. THE CONTRACTOR SHALL IMPLEMENT AND REVISE AS NECESSARY WRITTEN STANDARD OPERATING PROCEDURES FOR THE NASA TELEVISION FACILITY, INCLUDING WEB PRODUCTION SUPPORT.
Place of Performance
Location: CHANTILLY, FAIRFAX County, VIRGINIA, 20151
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $17.7 million to INNOVATIVE TECHNOLOGIES, INC. for work described as: THE CONTRACTOR SHALL PROVIDE MANAGEMENT AND SUPPORT FUNCTIONS REQUIRED FOR NASA TELEVISION OPERATIONS AT NASA HEADQUARTERS. THIS INCLUDES MASTER CONTROL ROOM OPERATIONS FOR THE MULTI-CHANNEL DIGITAL TELEVISION INFRASTRUCTURE AND THE NASA WEB PORTAL. THESE OPERATIONS ARE FURTHER C… Key points: 1. Contract covers management and support for NASA Television, including master control, web portal operations, and production services. 2. Innovative Technologies, Inc. is the sole awardee for this specific contract. 3. The contract's fixed-price nature aims to control costs for defined services. 4. This falls under the Teleproduction and Postproduction Services sector.
Value Assessment
Rating: fair
The contract value of $17.7 million over approximately 6 years suggests a moderate annual spend. Benchmarking against similar teleproduction contracts would be necessary to fully assess pricing, but the fixed-price structure provides some cost certainty.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition approach. This method might not have explored all potential vendors, potentially impacting price discovery.
Taxpayer Impact: Taxpayer funds are used for essential NASA communication and broadcasting services. The effectiveness of the competition method will influence the value for money obtained.
Public Impact
Ensures continuous operation and production of NASA's television and web content. Supports public outreach and dissemination of NASA's missions and discoveries. Maintains critical infrastructure for broadcasting agency activities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may have restricted cost savings.
- Lack of small business participation noted.
Positive Signals
- Fixed-price contract provides cost predictability.
- Services are essential for NASA's public engagement.
Sector Analysis
This contract is within the Teleproduction and Postproduction Services sector, which supports media creation and distribution. Spending in this area is often tied to agency communication needs and public outreach efforts.
Small Business Impact
The data indicates that small business participation was not a factor in this contract award (sb: false). Further analysis would be needed to determine if opportunities were missed for small businesses in this service area.
Oversight & Accountability
The contract was awarded as a Delivery Order under a larger agreement, suggesting some level of pre-qualification. However, the specific oversight mechanisms for this delivery order are not detailed in the provided data.
Related Government Programs
- Teleproduction and Other Postproduction Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Limited competition may not have yielded the best price.
- No small business participation identified.
- Contract duration is substantial, requiring ongoing performance monitoring.
- Specific performance metrics and quality assurance details are not provided.
Tags
teleproduction-and-other-postproduction-, national-aeronautics-and-space-administr, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $17.7 million to INNOVATIVE TECHNOLOGIES, INC.. THE CONTRACTOR SHALL PROVIDE MANAGEMENT AND SUPPORT FUNCTIONS REQUIRED FOR NASA TELEVISION OPERATIONS AT NASA HEADQUARTERS. THIS INCLUDES MASTER CONTROL ROOM OPERATIONS FOR THE MULTI-CHANNEL DIGITAL TELEVISION INFRASTRUCTURE AND THE NASA WEB PORTAL. THESE OPERATIONS ARE FURTHER CATEGORIZED AS ENGINEERING OPERATIONS, VIDEO AND AUDIO DUPLICATION SERVICES, VIDEO AND AUDIO PRODUCTION FOR TELEVISION AND THE WEB. THE CONTRACTOR SHALL MAINTAIN ESTABLISHED STANDARDS FOR TELEVISION OPERATIONS AND PRODUC
Who is the contractor on this award?
The obligated recipient is INNOVATIVE TECHNOLOGIES, 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 $17.7 million.
What is the period of performance?
Start: 2007-06-01. End: 2013-05-31.
What was the rationale for excluding other sources in the full and open competition?
The rationale for excluding other sources in the full and open competition is not explicitly stated in the provided data. Typically, such exclusions are based on specific technical requirements, existing infrastructure compatibility, or unique capabilities that only a limited number of contractors possess. Further investigation into the contract's justification documents would be needed to understand the precise reasons.
How does the annual cost of this contract compare to industry benchmarks for similar teleproduction services?
Without specific industry benchmark data for teleproduction services of this scale and scope, a direct comparison is difficult. The contract's annual value, derived from the total award and duration, would need to be assessed against market rates for master control operations, video duplication, and production services. Factors like facility requirements, staffing levels, and service level agreements would influence benchmark comparisons.
What is the potential impact of Innovative Technologies, Inc. maintaining established standards and revising SOPs on service quality?
Innovative Technologies, Inc.'s responsibility to maintain established standards and revise Standard Operating Procedures (SOPs) is crucial for ensuring consistent and high-quality television operations and productions. Adherence to these procedures should lead to reliable service delivery, efficient workflows, and the production of professional content that meets NASA's communication objectives. Proactive revision of SOPs suggests a commitment to continuous improvement.
Industry Classification
NAICS: Information › Motion Picture and Video Industries › Teleproduction and Other Postproduction Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4115 PLEASANT VALLEY RD, CHANTILLY, VA, 20151
Business Categories: Category Business, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations
Financial Breakdown
Contract Ceiling: $18,350,642
Exercised Options: $18,350,642
Current Obligation: $17,699,478
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: NNH07CC90B
IDV Type: IDC
Timeline
Start Date: 2007-06-01
Current End Date: 2013-05-31
Potential End Date: 2013-05-31 00:00:00
Last Modified: 2023-04-20
More Contracts from Innovative Technologies, Inc.
- HQ AV Center Support Services — $10.9M (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 →