NASA's $416.6M Integrated Mission Operations Contract awarded to United Space Alliance for human spaceflight support
Contract Overview
Contract Amount: $416,632,847 ($416.6M)
Contractor: United Space Alliance, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2008-11-01
End Date: 2014-09-30
Contract Duration: 2,159 days
Daily Burn Rate: $193.0K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS AWARD FEE
Sector: R&D
Official Description: INTEGRATED MISSION OPERATIONS CONTRACT (IMOC) PROVIDES SUPPORT AND PRODUCTS FOR THE MISSION OPERATIONS DIRECTORATE (MOD) AND FLIGHT CREW OPERATIONS DIRECTORATE (FCOD) GROUND-BASED HUMAN SPACEFLIGHT OPERATIONS CAPABILITY DEVELOPMENT AND EXECUTION. THIS INCLUDES THE SUPPORT TO MISSION PREPARATION (PLAN), CREW AND FLIGHT CONTROLLER TRAINING (TRAIN), AND REAL-TIME MISSION EXECUTION (FLY) ACTIVITIES RELATED TO EXPLORATION OPERATIONS AND THE INTERNATIONAL SPACE STATION (ISS) OPERATIONS (POST SHUTTLE RETIREMENT). OPERATIONS CAPABILITY DEVELOPMENT SUPPORT IS REQUIRED FROM THE CONTRACTOR AS NASA DEFINES OPERATIONS REQUIREMENTS ASSOCIATED WITH THE EMERGING PROGRAMS FOR THE EXPLORATION INITIATIVES (PRIMARILY THE CONSTELLATION PROGRAM, BUT TO A LESSER EXTENT THE LUNAR PRECURSOR ROBOTIC PROGRAM, THE HUMAN RESEARCH PROGRAM, THE EXPLORATION TECHNOLOGY PROGRAM, AND THE COMMERCIAL CREW AND CARGO PROGRAM). INITIALLY, THE IMOC CONTRACT WILL PROVIDE FOR HUMAN SPACEFLIGHT OPERATIONS CAPABILITY DEVELOPMENT EXCLUSIVE OF THE SPACE SHUTTLE PROGRAM (SSP) AND INTERNATIONAL SPACE STATION PROGRAM (ISSP). POST SHUTTLE RETIREMENT, THIS CONTRACT WILL ALSO INCLUDE SUPPORT AND PRODUCTS FOR THE ISS PLAN-TRAIN-FLY (PTF) MISSION OPERATIONS. THE IMOC WILL INITIALLY PROVIDE NASA CONSTELLATION PROGRAM (CXP) PTF SUPPORT THAT FULLY REPLACES THE NASA CXP SUPPORT TASKS PERFORMED UNDER THE STATEMENT OF WORK (SOW) SECTION 1.10, CONSTELLATION SUPPORT PROVISIONING, OF THE SPACE PROGRAM OPERATIONS CONTRACT (SPOC). UPON COMPLETION OF THE NASA WORK FOR THE SSP MISSIONS, THE IMOC WILL TAKE OVER THE NASA ISS SUPPORT PREVIOUSLY PERFORMED UNDER THE SPOC CONTRACT. THE GOVERNMENT WILL LEAD AND IS RESPONSIBLE FOR MISSION EXECUTION AND REQUISITE MISSION PREPARATION TASKS, NEW CAPABILITY DEVELOPMENT, NON-MISSION SPECIFIC PROGRAMMATIC SUPPORT TASKS, AND DISPOSITION OF ANOMALIES. THE CONTRACTOR WILL PROVIDE TECHNICAL INFORMATION, ANALYSIS, AND RELEVANT PERSPECTIVES GAINED THROUGH OPERATIONAL EXPERIENCE. THE GOVERNMENT, USING SUBJECTIVE JUDGMENT, WILL DEFINE REQUIREMENTS AND DEVELOP SPECIFICATIONS FOR FUTURE USE. THE CONTRACTOR WILL NOT BE REQUIRED TO PREPARE, OR ASSIST IN PREPARING, WORK STATEMENTS, SPECIFICATIONS, OR REQUIREMENTS TO BE USED IN COMPETITIVELY ACQUIRING SERVICES, OR TO PROVIDE MATERIAL LEADING DIRECTLY, PREDICTABLY, AND WITHOUT DELAY TO SUCH WORK STATEMENTS, SPECIFICATIONS, OR REQUIREMENTS UNLESS THE INTENDED PROCUREMENT IS A SOLE SOURCE TO THE CONTRACTOR, THE CONTRACTOR HAS PARTICIPATED IN THE DEVELOPMENT AND DESIGN WORK, OR UNLESS MORE THAN ONE CONTRACTOR HAS BEEN INVOLVED IN PREPARING THE WORK STATEMENT. IN ADDITION, THE CONTRACTOR WILL NOT BE REQUIRED TO EVALUATE ITS CONTRACTUAL PERFORMANCE OR PRODUCTS OR THAT OF ITS COMPETITORS.
Place of Performance
Location: HOUSTON, HARRIS County, TEXAS, 77058
State: Texas Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $416.6 million to UNITED SPACE ALLIANCE, LLC for work described as: INTEGRATED MISSION OPERATIONS CONTRACT (IMOC) PROVIDES SUPPORT AND PRODUCTS FOR THE MISSION OPERATIONS DIRECTORATE (MOD) AND FLIGHT CREW OPERATIONS DIRECTORATE (FCOD) GROUND-BASED HUMAN SPACEFLIGHT OPERATIONS CAPABILITY DEVELOPMENT AND EXECUTION. THIS INCLUDES THE SUPPORT TO MIS… Key points: 1. Contract supports critical human spaceflight operations for ISS and exploration initiatives. 2. United Space Alliance, LLC is the sole contractor, raising competition concerns. 3. Significant taxpayer investment in R&D for physical, engineering, and life sciences. 4. Contract duration of 2159 days indicates long-term operational support needs.
Value Assessment
Rating: questionable
The contract type is Cost Plus Award Fee, which can lead to higher costs if not managed tightly. Without comparable contracts, assessing value for money is difficult, but the significant total value suggests a need for rigorous oversight.
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 potentially leads to higher costs for taxpayers as there is no competitive pressure to reduce bids.
Taxpayer Impact: The lack of competition for a contract of this magnitude raises concerns about whether taxpayers received the best possible value for their investment.
Public Impact
Ensures continuity of human spaceflight operations, vital for national space programs. Supports training and real-time mission execution for astronauts and ground crews. Contributes to the development of future exploration capabilities. Funds research and development in advanced physical, engineering, and life sciences.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- Cost-plus contract type can incentivize higher spending.
- Lack of clear competition benchmarks makes value assessment difficult.
Positive Signals
- Supports critical national space exploration goals.
- Provides essential training and operational capabilities.
- Invests in R&D for future space endeavors.
Sector Analysis
This contract falls under Research and Development in Physical, Engineering, and Life Sciences. The significant value of $416.6M suggests a substantial investment in developing and maintaining complex operational capabilities for human spaceflight.
Small Business Impact
The data indicates this contract was awarded to United Space Alliance, LLC and does not specify any set-asides for small businesses. Therefore, the direct impact on small business participation is unclear.
Oversight & Accountability
As a sole-source contract, oversight is crucial to ensure cost control and performance. The Cost Plus Award Fee structure necessitates careful monitoring of expenditures and achievement of award criteria to ensure accountability.
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
- Cost Plus Award Fee contract type
- Potential for cost overruns without competitive pressure
- Lack of transparency in pricing justification due to no competition
Tags
research-and-development-in-the-physical, national-aeronautics-and-space-administr, tx, definitive-contract, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $416.6 million to UNITED SPACE ALLIANCE, LLC. INTEGRATED MISSION OPERATIONS CONTRACT (IMOC) PROVIDES SUPPORT AND PRODUCTS FOR THE MISSION OPERATIONS DIRECTORATE (MOD) AND FLIGHT CREW OPERATIONS DIRECTORATE (FCOD) GROUND-BASED HUMAN SPACEFLIGHT OPERATIONS CAPABILITY DEVELOPMENT AND EXECUTION. THIS INCLUDES THE SUPPORT TO MISSION PREPARATION (PLAN), CREW AND FLIGHT CONTROLLER TRAINING (TRAIN), AND REAL-TIME MISSION EXECUTION (FLY) ACTIVITIES RELATED TO EXPLORATION OPERATIONS AND THE INTERNATIONAL SPACE STATION (ISS) OPERATIONS (POST SHUTTLE
Who is the contractor on this award?
The obligated recipient is UNITED SPACE ALLIANCE, 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 $416.6 million.
What is the period of performance?
Start: 2008-11-01. End: 2014-09-30.
What specific performance metrics were used to determine award fees, and how were they objectively measured to ensure fair compensation and taxpayer value?
The contract type is Cost Plus Award Fee (CPAF). While specific metrics are not detailed in the provided data, CPAF contracts typically tie award fees to the achievement of pre-defined performance objectives, such as mission success rates, cost control, schedule adherence, and technical performance. NASA's oversight would involve evaluating the contractor's performance against these metrics throughout the contract period to determine the appropriate award fee.
Given the sole-source nature, what steps were taken to ensure the contractor's pricing was reasonable and reflected fair market value for the services provided?
For sole-source contracts, agencies typically conduct a thorough price analysis. This involves reviewing the contractor's cost and pricing data, comparing it to historical data for similar services, using independent government cost estimates, and potentially engaging in detailed negotiations to ensure the proposed price is fair and reasonable. The absence of competition means the government bears a greater burden in validating cost reasonableness.
How does the operational capability developed under this contract contribute to NASA's long-term strategic goals for human space exploration beyond the ISS?
This contract supports the development and execution of ground-based human spaceflight operations capabilities, including training and real-time mission execution. This foundational support is crucial for enabling future exploration initiatives, such as those related to the Constellation Program and beyond. It ensures the necessary infrastructure and expertise are in place to manage complex missions and crewed flights.
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: RESEARCH AND DEVELOPMENT › Space R&D Services
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Address: 600 GEMINI ST, HOUSTON, TX, 77058
Business Categories: Category Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $481,554,500
Exercised Options: $481,554,500
Current Obligation: $416,632,847
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2008-11-01
Current End Date: 2014-09-30
Potential End Date: 2014-09-30 00:00:00
Last Modified: 2016-10-04
More Contracts from United Space Alliance, LLC
- Space Program Operations Contract (spoc) — $8.5B (National Aeronautics and Space Administration)
- Space Flight Operations — $3.9B (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 →