NASA's $74.6M Kennedy Constellation Ground Ops Support Contract Awarded to Leidos
Contract Overview
Contract Amount: $74,614,083 ($74.6M)
Contractor: Leidos, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2009-01-02
End Date: 2014-01-31
Contract Duration: 1,855 days
Daily Burn Rate: $40.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: COST PLUS FIXED FEE
Sector: Engineering Services
Official Description: KENNEDY CONSTELLATION GROUND OPERATIONS PROJECT OFFICE - PROJECT MANAGEMENT SUPPORT CONTRACT-BASE PERIOD (1/2/09-1/31/2011) (KLXS)
Place of Performance
Location: ORLANDO, BREVARD County, FLORIDA, 32899
State: Florida Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $74.6 million to LEIDOS, INC. for work described as: KENNEDY CONSTELLATION GROUND OPERATIONS PROJECT OFFICE - PROJECT MANAGEMENT SUPPORT CONTRACT-BASE PERIOD (1/2/09-1/31/2011) (KLXS) Key points: 1. Contract awarded to Leidos, Inc. for project management support. 2. Significant value of $74.6 million over its base period. 3. Full and open competition was utilized. 4. Contract type is Cost Plus Fixed Fee, indicating potential for cost overruns. 5. Sector is Engineering Services, supporting NASA's space exploration initiatives.
Value Assessment
Rating: fair
The Cost Plus Fixed Fee contract type can lead to higher costs than fixed-price contracts if not managed carefully. Benchmarking against similar NASA project management support contracts would be necessary for a precise value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The use of full and open competition suggests a robust price discovery process. However, the Cost Plus Fixed Fee structure requires diligent oversight to ensure costs remain reasonable and aligned with project objectives.
Taxpayer Impact: Taxpayer funds were utilized through a competitive process, but the CPFF structure necessitates careful monitoring to ensure cost efficiency and prevent unnecessary expenditure.
Public Impact
Supports critical NASA space exploration programs. Contract duration of over 5 years indicates long-term reliance on contractor expertise. Potential for cost growth due to the CPFF contract type. Awarded to a large, established contractor (Leidos).
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contract type
- Long contract duration
Positive Signals
- Full and open competition
- Supports critical NASA mission
Sector Analysis
This contract falls within the Engineering Services sector, specifically supporting ground operations and project management for NASA's Constellation program. Spending in this area is crucial for mission success but requires careful cost control, especially with CPFF contracts.
Small Business Impact
The data indicates the contract was awarded to Leidos, Inc., a large business. There is no indication of small business participation in this specific contract award.
Oversight & Accountability
The Cost Plus Fixed Fee structure necessitates strong government oversight to manage costs and ensure contractor performance. Regular audits and performance reviews are critical for accountability.
Related Government Programs
- Engineering Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Cost Plus Fixed Fee contract type
- Potential for cost overruns
- Long contract duration may increase risk over time
- Lack of specific performance data
Tags
engineering-services, national-aeronautics-and-space-administr, fl, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $74.6 million to LEIDOS, INC.. KENNEDY CONSTELLATION GROUND OPERATIONS PROJECT OFFICE - PROJECT MANAGEMENT SUPPORT CONTRACT-BASE PERIOD (1/2/09-1/31/2011) (KLXS)
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 $74.6 million.
What is the period of performance?
Start: 2009-01-02. End: 2014-01-31.
What was the final cost of the contract compared to the initial estimate, considering the CPFF structure?
The provided data only shows the base period award amount. To assess the final cost against estimates, a review of contract modifications, incurred costs, and any final cost reconciliation reports would be required. The CPFF nature means the government pays allowable costs plus a fixed fee, so the final cost can fluctuate based on actual expenses.
How effectively did the competition process mitigate potential cost overruns inherent in the CPFF contract type?
While full and open competition aims for the best value, the CPFF structure itself carries inherent risks of cost overruns. The effectiveness of competition in mitigating this risk depends on the clarity of the SOW, the government's ability to negotiate a fair fee, and robust ongoing oversight to control costs throughout the contract performance period.
What was the overall effectiveness of Leidos in managing the Constellation Ground Operations Project, and did it meet NASA's objectives?
Assessing the overall effectiveness requires reviewing performance metrics, delivery of key milestones, and NASA's satisfaction with the support provided. Without access to performance reports, contract close-out documentation, or program reviews, it is difficult to definitively state the effectiveness of Leidos's management of this project.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 2
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 1710 SAIC DR, MCLEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $79,313,327
Exercised Options: $79,313,327
Current Obligation: $74,614,083
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2009-01-02
Current End Date: 2014-01-31
Potential End Date: 2014-01-31 00:00:00
Last Modified: 2022-03-04
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 →