NASA's $240M Research Operations Contract with Amentum Technology Faces Scrutiny Over Long Duration and Lack of Small Business Participation
Contract Overview
Contract Amount: $240,712,222 ($240.7M)
Contractor: Amentum Technology, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2004-01-30
End Date: 2014-01-31
Contract Duration: 3,654 days
Daily Burn Rate: $65.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 8
Pricing Type: COST PLUS INCENTIVE FEE
Sector: R&D
Official Description: RESEARCH OPERATIONS, MAINTENANCE, AND ENGINEERING
Place of Performance
Location: HAMPTON, HAMPTON CITY County, VIRGINIA, 23681
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $240.7 million to AMENTUM TECHNOLOGY, INC. for work described as: RESEARCH OPERATIONS, MAINTENANCE, AND ENGINEERING Key points: 1. The contract, valued at over $240 million, supports critical research operations. 2. Amentum Technology, Inc. is the sole awardee, raising questions about competition. 3. The contract spans a significant period, from 2004 to 2014, indicating long-term reliance. 4. Lack of small business participation is noted, potentially limiting broader economic impact.
Value Assessment
Rating: questionable
The contract's pricing structure (Cost Plus Incentive Fee) can lead to cost overruns if not managed tightly. Benchmarking is difficult without specific performance data, but the extended duration suggests potential for escalating costs over time.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
While listed as full and open competition, the award to a single entity for such a long duration raises questions about the initial competition's effectiveness and whether subsequent task orders truly fostered competitive pricing.
Taxpayer Impact: The significant taxpayer investment over more than a decade warrants close examination to ensure value for money and efficient use of funds.
Public Impact
Taxpayers funded extensive research operations over a decade. The long-term nature of the contract suggests a sustained need for these services. The absence of small business involvement means potential missed opportunities for economic diversification and innovation.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration (2004-2014)
- No small business participation
- Cost Plus Incentive Fee pricing structure
Positive Signals
- Supports critical research operations
- Awarded by NASA
Sector Analysis
This contract falls under Research and Development in the Physical, Engineering, and Life Sciences (NAICS 541710). Spending in this sector is crucial for technological advancement but requires careful oversight to ensure efficient allocation of public funds.
Small Business Impact
The contract explicitly states no small business participation. This is a missed opportunity to leverage the innovation and agility of small businesses in the R&D sector and could indicate a lack of focus on socioeconomic goals.
Oversight & Accountability
The extended duration and single awardee status warrant robust oversight to ensure performance standards are met and costs remain justified. Accountability for the long-term expenditure is critical.
Related Government Programs
- Research and Development in the Physical, Engineering, and Life Sciences
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for cost overruns due to CPIF structure
- Lack of small business participation
- Long contract duration may indicate lack of competitive pressure
- Limited transparency on specific research outcomes achieved
Tags
research-and-development-in-the-physical, national-aeronautics-and-space-administr, va, delivery-order, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $240.7 million to AMENTUM TECHNOLOGY, INC.. RESEARCH OPERATIONS, MAINTENANCE, AND ENGINEERING
Who is the contractor on this award?
The obligated recipient is AMENTUM TECHNOLOGY, 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 $240.7 million.
What is the period of performance?
Start: 2004-01-30. End: 2014-01-31.
What specific research outcomes were achieved during the contract's 10-year span, and how do they justify the $240M expenditure?
Detailed performance reports and documented research breakthroughs would be necessary to fully assess the value. Without specific outcome data, it's challenging to definitively link the substantial cost to tangible advancements in physical, engineering, and life sciences research.
Given the 'full and open' competition designation, why did this contract result in a single awardee for such an extended period?
This could suggest either a highly specialized requirement that only one firm could meet, or potential issues with the initial solicitation or subsequent task order processes. Further investigation into the competitive landscape and evaluation criteria is needed to understand this outcome.
How effectively did the Cost Plus Incentive Fee structure incentivize Amentum Technology to control costs and deliver exceptional performance over the contract's lifecycle?
The CPIF structure aims to align contractor and government interests. However, without access to performance metrics and final cost data, it's difficult to assess its effectiveness. A review of incentive fee payouts versus cost savings would be required.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences
Product/Service Code: OPERATION OF GOVT OWNED FACILITY › OPERATE GOVT OWNED BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 1-123-RBJ.1437
Offers Received: 8
Pricing Type: COST PLUS INCENTIVE FEE (V)
Contractor Details
Parent Company: Jacobs Engineering Group Inc
Address: 600 WILLIAM NORTHERN BLVD, TULLAHOMA, TN, 37388
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $249,961,718
Exercised Options: $249,961,718
Current Obligation: $240,712,222
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: NNL04AA03B
IDV Type: IDC
Timeline
Start Date: 2004-01-30
Current End Date: 2014-01-31
Potential End Date: 2014-01-31 00:00:00
Last Modified: 2023-04-11
More Contracts from Amentum Technology, Inc.
- THE Test and Operations Support Contract (tosc) IS a Cost-Plus-Award-Fee Contract With an Indefinite Delivery Indefinite Quantity Task Ordering Provision. Tosc Provides a Processing Contract for the Kennedy Space Center (KSC) Supporting Multiple Customers. the Scope of This Contract Includes Program Management and Control; Safety and Mission Assurance; Information Management; Processing Support Systems and Integration; Flight Hardware Processing; Ground Systems Operations, Maintenance and Sustaining Engineering; Logistics and Spaceport Services. Tosc Provides Overall Management and Implementation of Ground Systems Capabilities, Flight Hardware Processing and Launch Operations AT KSC in Florida. These Tasks Will Support the International Space Station, Ground Systems Development and Operations, and the Space Launch System, Orion Multi-Purpose Crew Vehicle and Launch Services Programs. Tosc Also Provides Ground Processing for Launch Vehicles, Spacecraft and Payloads in Support of Emerging Programs, Commercial Entities and Other Government Agencies AS Designated by the Government. Services Include Advanced Planning and Special Studies; Development of Designated Ground Systems; Operational Support for Design and Development of Flight Hardware and Ground Systems; Spacecraft, Payload, and Launch Vehicle Servicing and Processing; Ground Systems Services; and Logistics and Other Processing Support Services. Flight Hardware Processing and Servicing Activities Include Assembly, Integration, Checkout, and Depot-Level Maintenance and Repair. Launch Vehicle and Spacecraft Operations Include Advanced Planning, Element Processing, Integration, Test, Launch and Recovery Services. Ground Systems Services Include Operations, Maintenance and Validation of Associated Ground Systems and Support Equipment Necessary for Human Space Flight and Exploration. Contract Activities Will BE Performed in the Most Cost-Effective and Efficient Manner Supporting the Government S Priorities for Safety, Mission Success, Customer Satisfaction and Innovation While Maintaining Flexibility and Responsiveness to Changing Requirements. With the Award of This Contract, KSC IS Positioning Itself for the Next ERA of Space Exploration. KSC IS Transitioning to a 21st-Century Launch Facility With Multiple Users, Both Private and Government. a Dynamic Infrastructure IS Taking Shape, Designed to Host Many Kinds of Spacecraft and Rockets Sending People on America's Next Voyages in Space — $2.1B (National Aeronautics and Space Administration)
- Engineering Science Contract — $1.9B (National Aeronautics and Space Administration)
- Engineering Services and Science Capability Augmentation (essca) — $1.9B (National Aeronautics and Space Administration)
- Enterprise Core Services (enduring) — $979.2M (Department of Defense)
- Engineering Science and Technology — $874.0M (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 →