NASA's ODIN Order 3 for IT supplies and services awarded to Lockheed Martin for over $69.6M
Contract Overview
Contract Amount: $69,686,795 ($69.7M)
Contractor: Lockheed Martin Corporation
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2004-12-01
End Date: 2007-11-30
Contract Duration: 1,094 days
Daily Burn Rate: $63.7K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 8
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: OUTSOURCING DESKTOP INITIATIVES NASA (ODIN) ORDER 3 - IT SUPPLIES AND SERVICES
Place of Performance
Location: LANHAM, PRINCE GEORGE'S County, MARYLAND, 20706, UNITED STATES OF AMERICA
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $69.7 million to LOCKHEED MARTIN CORPORATION for work described as: OUTSOURCING DESKTOP INITIATIVES NASA (ODIN) ORDER 3 - IT SUPPLIES AND SERVICES Key points: 1. The contract value represents a significant investment in IT infrastructure for NASA. 2. Competition dynamics for this order are not detailed, impacting price discovery. 3. Performance risks are mitigated by a firm-fixed-price contract type. 4. The duration of the order suggests a long-term need for these IT services. 5. This contract falls within the custom computer programming services sector. 6. The award amount is substantial, warranting close scrutiny for value for money.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without specific performance metrics or comparable contract data. The firm-fixed-price structure provides cost certainty, but the overall value depends on the efficiency and effectiveness of the IT supplies and services delivered. The raw dollar amount of over $69.6 million indicates a substantial commitment, and its justification against similar IT procurements would be necessary for a full assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded as a competitive delivery order, indicating that multiple vendors likely had the opportunity to bid. The fact that it was competed suggests a degree of market engagement and potential for competitive pricing. However, the specific number of bidders and the details of the competition process are not provided, which limits a deeper analysis of price discovery effectiveness.
Taxpayer Impact: A competitive award process generally benefits taxpayers by fostering price reductions and encouraging innovation among potential suppliers.
Public Impact
NASA personnel and operations benefit from enhanced IT infrastructure and support. Custom computer programming services are delivered, likely supporting specific agency needs. The geographic impact is primarily within NASA facilities, likely concentrated in Maryland. The contract supports IT professionals and potentially other roles within the contractor's organization.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics makes it difficult to assess true value for money.
- The substantial contract value raises questions about cost-effectiveness over its duration.
- Limited insight into the specific IT supplies and services procured.
Positive Signals
- Firm-fixed-price contract type provides cost certainty.
- Competitive award process suggests potential for market-driven pricing.
- Long contract duration indicates a sustained need and potential for stable IT support.
Sector Analysis
This contract falls under the Information Technology sector, specifically within Custom Computer Programming Services (NAICS 541511). This is a broad category encompassing the design, development, and implementation of software and IT solutions. The market for such services is highly competitive, with numerous providers ranging from large corporations to specialized small businesses. NASA's spending in this area is typical for a large federal agency requiring advanced IT capabilities to support its complex missions.
Small Business Impact
The data indicates that small business participation (sb: false) was not a specific set-aside for this contract. Therefore, the primary focus is on large business competition. There is no explicit information on subcontracting plans for small businesses, which could represent missed opportunities for the small business ecosystem to participate in this significant IT procurement.
Oversight & Accountability
Oversight for this contract would typically fall under NASA's contracting officer and program management. The firm-fixed-price nature provides some cost control. Transparency regarding specific deliverables and performance outcomes would be key for assessing accountability. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- NASA IT Support Services
- Custom Software Development Contracts
- Federal IT Procurement
- Lockheed Martin Government Contracts
Risk Flags
- Potential for scope creep in custom programming services.
- Value for money assessment requires more detailed performance data.
- Limited insight into specific IT supplies procured.
Tags
it, nasa, maryland, competitive-delivery-order, large-contract, firm-fixed-price, custom-computer-programming-services, lockheed-martin, outsourcing-desktop-initiatives-odin
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $69.7 million to LOCKHEED MARTIN CORPORATION. OUTSOURCING DESKTOP INITIATIVES NASA (ODIN) ORDER 3 - IT SUPPLIES AND SERVICES
Who is the contractor on this award?
The obligated recipient is LOCKHEED MARTIN CORPORATION.
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 $69.7 million.
What is the period of performance?
Start: 2004-12-01. End: 2007-11-30.
What was the specific nature of the IT supplies and services procured under ODIN Order 3?
The provided data indicates that ODIN Order 3, awarded to Lockheed Martin Corporation, was for 'IT SUPPLIES AND SERVICES' under the 'Custom Computer Programming Services' (NAICS 541511) category. While the exact nature of the supplies and services is not detailed in the summary data, this classification suggests a scope that could include software development, system integration, IT consulting, hardware procurement, and related support. Given NASA's mission, these services likely supported critical IT infrastructure, data management, or specialized computing needs for its various programs and operations.
How does the $69.6 million award compare to other similar IT contracts awarded by NASA or other federal agencies?
Without specific comparable contract data points (e.g., duration, scope, specific services), a direct comparison of the $69.6 million award is difficult. However, for a multi-year IT services contract (1094 days duration, approximately 3 years), this amount is substantial but not unusual for a large federal agency like NASA procuring complex IT solutions from a major contractor like Lockheed Martin. Federal IT spending often runs into tens or hundreds of millions of dollars for large-scale initiatives. To provide a precise benchmark, one would need to analyze contracts with similar NAICS codes, contract types (firm-fixed-price), and service scopes awarded around the same period.
What are the key performance indicators (KPIs) or metrics used to evaluate the success of this contract?
The provided summary data does not include specific Key Performance Indicators (KPIs) or metrics used to evaluate the success of ODIN Order 3. Typically, for IT services and custom programming, KPIs might include system uptime, response times, bug resolution rates, project completion milestones, user satisfaction, and adherence to security protocols. The firm-fixed-price nature suggests that the contractor is incentivized to deliver the agreed-upon scope within budget, but the qualitative aspects of service delivery and system performance would need to be monitored through separate performance assessments.
What is Lockheed Martin Corporation's track record with NASA for IT services?
Lockheed Martin Corporation is a major aerospace, defense, security, and advanced technologies company that has a long-standing and extensive relationship with NASA, often securing large and complex contracts. Their track record with NASA spans various domains, including IT services, space exploration support, research and development, and mission operations. While specific details on their IT service performance for ODIN Order 3 are not in the summary, Lockheed Martin's general profile suggests they are a capable provider for large-scale government IT requirements. A deeper dive would involve reviewing past performance evaluations and contract histories.
What is the historical spending trend for Custom Computer Programming Services (NAICS 541511) at NASA?
Historical spending trends for Custom Computer Programming Services (NAICS 541511) at NASA would reveal the agency's consistent or fluctuating reliance on external contractors for software development and IT solutions. Analyzing this trend over several fiscal years would indicate whether NASA is increasing or decreasing its outsourcing in this area. Such analysis could be influenced by shifts in internal capabilities, strategic priorities, or major program initiatives requiring custom software. Without access to NASA's historical procurement data broken down by NAICS code, a precise trend cannot be determined from the provided data alone.
What are the potential risks associated with a firm-fixed-price contract for custom IT services?
While firm-fixed-price (FFP) contracts offer cost certainty to the government, they can introduce risks, particularly for custom IT services where requirements may evolve. For the contractor, underestimating the complexity or scope can lead to reduced profit margins or even losses if changes are not managed through formal change orders. For the government, the risk lies in potentially receiving a product or service that meets the minimum defined requirements but may not be optimal or fully aligned with evolving needs, especially if the initial scope was not perfectly defined. Scope creep can become contentious and costly if not managed meticulously through the contract's change control process.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 8
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Lockheed Martin Corp (UEI: 834951691)
Address: 700 N FREDERICK AVE LOC B, GAITHERSBURG, MD, 20879
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: $70,027,888
Exercised Options: $70,027,888
Current Obligation: $69,686,795
Parent Contract
Parent Award PIID: NAS598144
IDV Type: IDC
Timeline
Start Date: 2004-12-01
Current End Date: 2007-11-30
Potential End Date: 2007-11-30 00:00:00
Last Modified: 2017-07-07
More Contracts from Lockheed Martin Corporation
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Department of Defense)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Department of Defense)
- THE Purpose of This Modification IS to Award F-35A Lrip 15 Usaf Aircraft* Long Lead Funding — $30.1B (Department of Defense)
- THE Purpose of This Contract IS to Award Long Lead Funding for F-35A, F-35B, and F-35C Aircraft for U.S. Services, Non-Dod Partners, and FMS Customers — $24.5B (Department of Defense)
- Lrip 11 AAC — $12.3B (Department of Defense)
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 →