NASA's $187M CARGO MISSION CONTRACT 2 (CMC2) with Leidos, Inc. awarded via full and open competition
Contract Overview
Contract Amount: $186,986,405 ($187.0M)
Contractor: Leidos, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2011-01-01
End Date: 2018-03-31
Contract Duration: 2,646 days
Daily Burn Rate: $70.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: COST PLUS AWARD FEE
Sector: Other
Official Description: CARGO MISSION CONTRACT (CMC2)
Place of Performance
Location: HOUSTON, HARRIS County, TEXAS, 77058
State: Texas Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $187.0 million to LEIDOS, INC. for work described as: CARGO MISSION CONTRACT (CMC2) Key points: 1. Contract value of $186.9M over 7.5 years. 2. Leidos, Inc. secured the contract through full and open competition. 3. Risk is moderate due to cost-plus award fee structure. 4. Spending falls under Other Scientific and Technical Consulting Services.
Value Assessment
Rating: good
The contract value of $186.9M appears reasonable for a 7.5-year cargo mission support contract. Benchmarking against similar NASA contracts for scientific and technical consulting services would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using full and open competition, suggesting a robust price discovery process. This method typically leads to more competitive pricing by allowing all eligible offerors to participate.
Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down costs through market forces.
Public Impact
Ensures continued cargo mission support for NASA's space exploration endeavors. Supports scientific research and development through reliable mission operations. Potential for technological advancements stemming from mission execution.
Waste & Efficiency Indicators
Waste Risk Score: 70 / 10
Warning Flags
- Cost-plus award fee structure can incentivize cost overruns if not managed carefully.
- Contract duration of over 7 years presents long-term financial commitment.
Positive Signals
- Awarded through full and open competition, indicating strong market engagement.
- Supports critical NASA missions, aligning with national scientific goals.
Sector Analysis
This contract falls under scientific and technical consulting services, a broad category. NASA's spending in this sector is crucial for mission planning, execution, and analysis, often involving complex engineering and research support.
Small Business Impact
The data indicates this contract was not set aside for small businesses and was awarded to Leidos, Inc., a large business. There is no indication of small business participation in this specific award.
Oversight & Accountability
The contract's cost-plus award fee structure necessitates robust oversight from NASA to ensure performance objectives are met and costs are controlled effectively. Regular performance reviews and audits are critical.
Related Government Programs
- Other Scientific and Technical Consulting Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Cost-plus award fee structure.
- Long contract duration.
- Awarded to a large business, potentially limiting small business subcontracting opportunities.
- Lack of specific performance metrics in provided data.
Tags
other-scientific-and-technical-consultin, 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 $187.0 million to LEIDOS, INC.. CARGO MISSION CONTRACT (CMC2)
Who is the contractor on this award?
The obligated recipient is LEIDOS, 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 $187.0 million.
What is the period of performance?
Start: 2011-01-01. End: 2018-03-31.
What specific cargo missions does CMC2 support, and how does this contract contribute to NASA's overall strategic objectives?
The CARGO MISSION CONTRACT 2 (CMC2) likely supports the resupply and logistics for various NASA spaceflight programs, such as the International Space Station (ISS) or future deep space missions. Its contribution to strategic objectives lies in ensuring the continuous flow of essential supplies, equipment, and scientific payloads necessary for ongoing research, operations, and the advancement of space exploration goals.
What are the primary risks associated with the Cost Plus Award Fee (CPAF) structure for this $187M contract?
The primary risks with a CPAF structure for a contract of this magnitude include potential for cost overruns if performance targets are not clearly defined or if NASA's oversight is insufficient. Leidos may be incentivized to incur costs to achieve higher award fees, potentially leading to less cost-consciousness than a fixed-price contract. Effective monitoring of expenditures and objective performance evaluations are crucial to mitigate these risks.
How does the 'Other Scientific and Technical Consulting Services' classification for this contract compare to typical NASA spending in this category?
The classification 'Other Scientific and Technical Consulting Services' is broad. NASA spends significantly in this area for a wide range of support, from mission design and analysis to systems engineering and scientific research support. A $187M contract over 7.5 years represents a substantial investment, suggesting it covers critical, long-term services essential for major space programs, aligning with NASA's consistent need for specialized expertise.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Other Scientific and Technical Consulting Services
Product/Service Code: RESEARCH AND DEVELOPMENT › Space R&D Services
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: NNJ09ZBG003R
Offers Received: 3
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 700 N FREDERICK AVE, GAITHERSBURG, MD, 20879
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $199,493,641
Exercised Options: $191,406,127
Current Obligation: $186,986,405
Actual Outlays: $171,381
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2011-01-01
Current End Date: 2018-03-31
Potential End Date: 2018-03-31 00:00:00
Last Modified: 2023-10-27
More Contracts from Leidos, Inc.
- Science Operation and Maintenance Support for the United States Antarctic Program — $3.1B (National Science Foundation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Department of Transportation)
- THE Facilities Development and Operations Contract(fdoc) Specifies Technical, Managerial, and Adminstrative Work Needed to Ensure the Availablitity, Integrity, and Reliability of Missionoperations Facilites Supporting National Aeronautics and Space Administration (nasa) Human Space Flight (HSF) Programs Requiring Mission Operations Support. the Objective of This Contract IS to Consolidate Efforts Across the Facilities Covered Under Fodoc in Order to Maximize Synergy for Hardware and Software Development, Modification, Sustaining. Maintenance, Reconfiguration, and Operations for the Purpose of Reducing Cost Without Compromising Facility Functionality and Performance. Nasa Will Collaborate With the Contractor on Developing Procedural and Technical Innovations That Improve Quality, Ensure Customer Satisfaction and Reduce Cost. Mission Operations Facilities Currently Support the Space Shuttle Programand the International Space Station Progra, Including International Partner and Commmercial Visiting Vehicles. Mission Operations Facilities Supporting the Cnstellation Program(cxp) ARE Continuously Under Development in Concert With CXP Formulation and Implementation. Fdoc Applies to the Facilities of These Three Programs, and ANY Other HSF Program Requiring Mission Operations Facility Support. in Addition, Future Mission Operations Facilities and Capabilities ARE Within the Technical Scope of This SOW, and Fdoc Worlk Associated With These Facilities Will BE Enabled Through Idiq — $1.3B (National Aeronautics and Space Administration)
- National Airspace System (NAS) Implementation Support Contract (nisc). Provides Engineering and Technical Support Services to FAA Organizations Responsible for NAS Transformation, Integration and Implementation in the Areas of Implementation and Integration Planning, Transition Planning, Engineering Support, Environmental Support, Automation Support and Other Engineering and Technical Disciplines AS Required. TAS::69 8107::TAS — $1.1B (Department of Transportation)
- Itssc Task Order for Systems — $1.1B (Social Security 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 →