NASA's $133M Propulsion Test Operations Contract Awarded to Amentum Technology for Critical Space Mission Support
Contract Overview
Contract Amount: $133,075,514 ($133.1M)
Contractor: Amentum Technology, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2004-07-17
End Date: 2011-03-31
Contract Duration: 2,448 days
Daily Burn Rate: $54.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: COST PLUS AWARD FEE
Sector: R&D
Official Description: TEST OPERATIONS CONTRACT:PROVIDES PROPULSION TEST SUPPORT,SYSTEMS ENGINEERING,OPERATOR MAINTENANCE, AND TEST TECHNOLOGY DEVELOPMENT OT SUPPORT SSC AND MSFC MISSIONS AND TEST ARTICLE CONTRACTORS IN TESTING OF LIQUID AND SOLID PROPULSION SYSTEMS,SUBSYSTEMS AND COMPONENTS
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $133.1 million to AMENTUM TECHNOLOGY, INC. for work described as: TEST OPERATIONS CONTRACT:PROVIDES PROPULSION TEST SUPPORT,SYSTEMS ENGINEERING,OPERATOR MAINTENANCE, AND TEST TECHNOLOGY DEVELOPMENT OT SUPPORT SSC AND MSFC MISSIONS AND TEST ARTICLE CONTRACTORS IN TESTING OF LIQUID AND SOLID PROPULSION SYSTEMS,SUBSYSTEMS AND COMPONENTS Key points: 1. Contract provides essential support for propulsion system testing, crucial for NASA's space exploration missions. 2. Amentum Technology, Inc. secured this significant award, indicating strong performance or competitive positioning. 3. The contract's duration and scope suggest a long-term need for specialized engineering and testing services. 4. Focus on liquid and solid propulsion systems highlights a critical niche within the aerospace sector. 5. The contract's value places it as a substantial investment in NASA's research and development capabilities.
Value Assessment
Rating: good
The contract's total value of approximately $133 million over its period of performance suggests a significant investment in specialized propulsion testing services. Benchmarking this against similar large-scale R&D contracts within NASA or other federal agencies would provide further context on its value for money. The Cost Plus Award Fee (CPA) structure implies that performance incentives are tied to achieving specific objectives, which can drive efficiency but also requires careful oversight to manage costs effectively. Without direct cost comparisons for identical services, assessing precise value is challenging, but the scale indicates a substantial and likely necessary expenditure for the program's goals.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple capable vendors had the opportunity to bid. The presence of 5 bids suggests a reasonably competitive environment for these specialized services. A competitive process generally leads to better price discovery and potentially more favorable terms for the government. The fact that Amentum Technology was selected implies they offered the best value proposition among the competing firms, considering both technical capabilities and cost.
Taxpayer Impact: Full and open competition ensures that taxpayer dollars are used efficiently by fostering a marketplace where contractors vie for the best price and performance, ultimately benefiting the government's budget.
Public Impact
Benefits NASA's Marshall Space Flight Center (MSFC) and Stennis Space Center (SSC) by ensuring the reliability of propulsion systems. Delivers critical services including systems engineering, operator maintenance, and test technology development. Supports the testing of liquid and solid propulsion systems, vital for current and future space missions. Impacts the aerospace workforce by requiring specialized engineering and technical expertise. Contributes to the advancement of space exploration technologies and mission success.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns inherent in Cost Plus Award Fee contracts if performance targets are not managed rigorously.
- Dependence on a single contractor for critical propulsion testing services could pose a risk if performance falters.
- The long duration of the contract (2448 days) necessitates ongoing monitoring to ensure continued value and alignment with evolving mission needs.
Positive Signals
- Awarded through full and open competition, suggesting a robust selection process and potential for competitive pricing.
- The contract's focus on R&D and specialized testing indicates a commitment to technological advancement in a critical sector.
- The significant value of the contract points to the importance and criticality of the services provided to NASA's mission objectives.
Sector Analysis
This contract falls within the Research and Development (R&D) sector, specifically focusing on physical and engineering sciences related to aerospace propulsion. The market for specialized propulsion testing services is highly concentrated, involving a limited number of firms with the requisite expertise, facilities, and security clearances. NASA's spending in this area is crucial for maintaining its leadership in space exploration and for supporting the broader aerospace industry's innovation. Comparable spending benchmarks would likely be found in other large-scale government R&D contracts for complex engineering and testing services.
Small Business Impact
This contract was not set aside for small businesses and there is no indication of specific subcontracting requirements for small businesses in the provided data. Given the specialized nature of propulsion testing and systems engineering, it is likely that the prime contractor, Amentum Technology, Inc., would engage other specialized firms, potentially including small businesses, for specific components or services. However, without explicit set-aside provisions or subcontracting plans, the direct impact on the small business ecosystem is not guaranteed and would depend on the prime contractor's procurement practices.
Oversight & Accountability
Oversight for this contract would primarily reside with the National Aeronautics and Space Administration (NASA), specifically the contracting officers and program managers responsible for the Stennis Space Center (SSC) and Marshall Space Flight Center (MSFC) missions. The Cost Plus Award Fee (CPA) structure necessitates robust performance monitoring and evaluation to ensure that award fees are justified. Transparency is typically managed through contract reporting requirements and potential audits by NASA's Office of Inspector General (OIG) or the Government Accountability Office (GAO) for significant federal expenditures.
Related Government Programs
- NASA Propulsion Systems Development
- Space Launch System (SLS) Program Support
- Advanced Propulsion Research
- Aerospace Engineering Services
- Test and Evaluation Contracts
Risk Flags
- Cost Control Risk (CPA structure)
- Performance Dependency Risk
- Long-Term Contract Management
Tags
nasa, research-and-development, propulsion-systems, aerospace, engineering-services, test-operations, full-and-open-competition, cost-plus-award-fee, mississippi, space-exploration, systems-engineering
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $133.1 million to AMENTUM TECHNOLOGY, INC.. TEST OPERATIONS CONTRACT:PROVIDES PROPULSION TEST SUPPORT,SYSTEMS ENGINEERING,OPERATOR MAINTENANCE, AND TEST TECHNOLOGY DEVELOPMENT OT SUPPORT SSC AND MSFC MISSIONS AND TEST ARTICLE CONTRACTORS IN TESTING OF LIQUID AND SOLID PROPULSION SYSTEMS,SUBSYSTEMS AND COMPONENTS
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 $133.1 million.
What is the period of performance?
Start: 2004-07-17. End: 2011-03-31.
What is Amentum Technology, Inc.'s track record with NASA and other federal agencies for similar large-scale R&D and engineering support contracts?
Amentum Technology, Inc. has a significant history of supporting federal agencies, including NASA, with complex engineering, research, and operational services. Prior to its current structure, its legacy companies have been involved in numerous large-scale projects. For NASA, this often includes support for spaceflight operations, research and development, and facility management. Their experience typically spans across various mission-critical areas, demonstrating a capacity to handle substantial contracts. A review of federal procurement databases (like FPDS or SAM.gov) would reveal the full extent of their contract history, including performance ratings and any past performance issues. This specific contract's value and duration suggest a level of trust and proven capability on Amentum's part to undertake such a critical role in propulsion testing.
How does the pricing structure (Cost Plus Award Fee) for this contract compare to industry standards for similar propulsion testing services?
The Cost Plus Award Fee (CPA) structure is common for complex R&D and service contracts where the scope of work can be difficult to define precisely upfront, or where innovation and performance incentives are paramount. For propulsion testing, where outcomes can be variable and require adaptive engineering, CPA allows for flexibility. The 'cost plus' element covers allowable costs incurred by the contractor, while the 'award fee' provides an incentive for exceeding performance standards. Industry standards often involve a mix of contract types; however, for highly specialized, R&D-intensive services like advanced propulsion testing, CPA is a recognized approach. The key to value lies in the defined performance metrics and the rigor with which NASA evaluates Amentum's achievement against these metrics to determine the award fee, ensuring that the government pays a fair price for exceptional performance.
What are the primary risks associated with this contract, and what mitigation strategies are in place?
Primary risks include potential cost overruns due to the inherent uncertainties in R&D and testing, performance failures that could delay critical NASA missions, and contractor personnel turnover impacting institutional knowledge. Mitigation strategies often involve robust oversight by NASA program managers, clearly defined performance metrics tied to award fees, regular progress reviews, and contingency planning for critical systems. The CPA structure itself is a risk mitigation tool, as it incentivizes the contractor to perform efficiently and effectively to earn the award fee. Furthermore, NASA likely maintains strong technical expertise within its own ranks to monitor contractor progress and identify potential issues early. The competitive award process also serves as a risk reducer by selecting a contractor with a demonstrated ability to handle such complex work.
How effective has this contract been in supporting NASA's propulsion development goals, based on available performance data or mission outcomes?
Assessing the effectiveness of this specific contract requires access to NASA's internal performance evaluations, mission success metrics, and specific propulsion development milestones achieved during its period of performance (2004-2011). Without direct access to this data, effectiveness can only be inferred. However, the contract's renewal or continued funding over its duration would suggest a level of satisfaction with Amentum's performance. The critical nature of propulsion systems for space missions means that any contract supporting their testing is inherently vital. Success would be measured by the reliability of tested systems, the timely delivery of test data, and contributions to the successful launch and operation of NASA missions that relied on these propulsion systems. The longevity of the contract implies it met NASA's needs.
What has been the historical spending trend for propulsion testing and related R&D services at NASA over the past decade?
Historical spending trends for propulsion testing and related R&D at NASA are generally characterized by significant, albeit fluctuating, investments driven by major program cycles (e.g., Constellation Program, Artemis Program). While specific figures for 'propulsion testing' as a distinct category can be difficult to isolate without detailed budget breakdowns, overall R&D spending for NASA has seen periods of increase and decrease. Factors influencing spending include administration priorities, congressional appropriations, and the development phase of key space exploration initiatives. Contracts like the one awarded to Amentum represent a consistent need for specialized support services that underpin these larger programs. Analyzing NASA's overall R&D budget trends and major propulsion-related procurements over the last decade would provide context for the scale and importance of this particular contract within the broader financial landscape.
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: RESEARCH AND DEVELOPMENT › Space R&D Services
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 5
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Parent Company: Jacobs Engineering Group Inc (UEI: 074103508)
Address: 600 WILLIAM NORTHERN BLVD, TULLAHOMA, TN, 37388
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $134,085,838
Exercised Options: $134,085,838
Current Obligation: $133,075,514
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: NNS04AB62C
IDV Type: IDC
Timeline
Start Date: 2004-07-17
Current End Date: 2011-03-31
Potential End Date: 2011-03-31 00:00:00
Last Modified: 2020-09-10
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 →