NASA awards $10.2M non-competitive contract for custom computer programming services to OAO Corporation
Contract Overview
Contract Amount: $10,221,531 ($10.2M)
Contractor: OAO Corporation
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2006-12-01
End Date: 2007-11-30
Contract Duration: 364 days
Daily Burn Rate: $28.1K/day
Competition Type: NON-COMPETITIVE DELIVERY ORDER
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: ODIN DELIVERY ORDER FOR KSC. THIS DO INCORPORATES ALL OF THE TERMS AND CONDITIONS OF NNK05OA14D.
Place of Performance
Location: ORLANDO, BREVARD County, FLORIDA, 32899, UNITED STATES OF AMERICA
State: Florida Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $10.2 million to OAO CORPORATION for work described as: ODIN DELIVERY ORDER FOR KSC. THIS DO INCORPORATES ALL OF THE TERMS AND CONDITIONS OF NNK05OA14D. Key points: 1. Contract awarded to OAO Corporation for custom computer programming. 2. The contract was awarded on a non-competitive basis. 3. The contract duration is 364 days. 4. The total value of the contract is $10,221,530.52. 5. The NAICS code for this contract is 541511.
Value Assessment
Rating: questionable
The contract value of $10.2M for a 364-day duration for custom computer programming services appears high when compared to typical industry benchmarks for similar services. Without further details on the scope of work, a precise comparison is difficult, but the per-unit cost seems elevated.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a non-competitive delivery order, indicating a sole-source procurement. This method limits price discovery and competition, potentially leading to higher costs for taxpayers compared to a competitive bidding process.
Taxpayer Impact: The lack of competition may result in taxpayers paying more than necessary for these custom computer programming services.
Public Impact
Taxpayers may be overpaying due to the sole-source nature of the award. Limited transparency into the justification for non-competitive award. Potential for reduced innovation and service quality without competitive pressure.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Non-competitive award
- High per-unit cost potential
- Limited transparency
Positive Signals
- Specific service requirement met
- Contract completed within duration
Sector Analysis
This contract falls under the Information Technology sector, specifically custom computer programming services. Spending in this sector can vary widely, but non-competitive awards for significant amounts warrant scrutiny to ensure value for money.
Small Business Impact
There is no indication that small businesses were involved in this contract, either as prime contractors or subcontractors. The award was made to OAO Corporation, a large business.
Oversight & Accountability
The non-competitive nature of this award raises questions about the adequacy of oversight in ensuring fair pricing and justification for sole-source procurement. Further review of the justification documentation is recommended.
Related Government Programs
- Custom Computer Programming Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Non-competitive award raises concerns about price fairness.
- Potential for overpayment due to lack of competition.
- Limited transparency into the procurement process.
- High contract value for a single delivery order.
Tags
custom-computer-programming-services, national-aeronautics-and-space-administr, fl, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $10.2 million to OAO CORPORATION. ODIN DELIVERY ORDER FOR KSC. THIS DO INCORPORATES ALL OF THE TERMS AND CONDITIONS OF NNK05OA14D.
Who is the contractor on this award?
The obligated recipient is OAO 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 $10.2 million.
What is the period of performance?
Start: 2006-12-01. End: 2007-11-30.
What was the specific justification for awarding this contract on a non-competitive basis?
The provided data indicates this was a non-competitive delivery order, likely due to specific circumstances or existing contract vehicles. A full justification would typically involve documentation detailing why a competitive process was not feasible or advantageous, such as urgency, unique capabilities of the contractor, or follow-on work to an existing successful contract.
How does the pricing compare to market rates for similar custom computer programming services?
Without detailed scope of work, a precise comparison is challenging. However, the contract value of $10.2M for a 364-day duration suggests a high per-unit cost. Benchmarking against similar government or commercial contracts for custom programming, adjusted for complexity and specific requirements, would be necessary to determine if the pricing is competitive.
What was the overall effectiveness and impact of the custom computer programming services delivered under this contract?
The provided data does not include information on the effectiveness or impact of the services rendered. To assess this, one would need to review performance reports, user feedback, and whether the delivered programming met NASA's KSC requirements and objectives as intended by the contract.
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: NON-COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Lockheed Martin Corp (UEI: 834951691)
Address: 7375 EXECUTIVE PLACE, SEABROOK, MD, 20706
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $10,221,531
Exercised Options: $10,221,531
Current Obligation: $10,221,531
Parent Contract
Parent Award PIID: NAS598144
IDV Type: IDC
Timeline
Start Date: 2006-12-01
Current End Date: 2007-11-30
Potential End Date: 2007-11-30 00:00:00
Last Modified: 2017-07-07
More Contracts from OAO Corporation
- 200101!000092!5700!CA03 !21 Cons/Lgc !F0560400C9004 !a!n!*!y!p00002 !20001001!20010331!149299679!149299679!074830209!n!oao Corporation !2020 N Academy Blvd !colorado Sprin !co!80909!14142!041!08!cheyenne MTN Complex!el Paso !colorado !+000001966495!n!n!000000000000!m127!operation/Electronic & Communication Facilities !S1 !services !3000!NOT Discernable or Classified !513390!*!*!3! ! !C!*!*!*!B!*!*!A! !A !N!R!2!004!B! !C!N!Z! ! !N!C!N! ! ! !c!c!a!a!000!a!c!n! ! ! !Y! ! !0001! — $92.9M (Department of Defense)
- Federal Contract — $86.1M (National Aeronautics and Space Administration)
- 4200091243 SAP Msfc Odin Desktop & Network — $47.1M (National Aeronautics and Space Administration)
- Federal Contract — $22.9M (Department of Health and Human Services)
- ADP Systems Development Services — $22.0M (Department of Health and Human Services)
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 →