NASA's $67.7M IT Services Contract with ASRC: Full and Open Competition Yields Mixed Results
Contract Overview
Contract Amount: $67,754,665 ($67.8M)
Contractor: Asrc Research and Technology Solutions LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2010-02-23
End Date: 2016-06-15
Contract Duration: 2,304 days
Daily Burn Rate: $29.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 8
Pricing Type: COST PLUS INCENTIVE FEE
Sector: IT
Official Description: INFORMATION AND TECHNICAL SERVICES CONTRACT
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $67.8 million to ASRC RESEARCH AND TECHNOLOGY SOLUTIONS LLC for work described as: INFORMATION AND TECHNICAL SERVICES CONTRACT Key points: 1. Contract Value: $67.7 million over 6 years. 2. Competition: Awarded under full and open competition after exclusion of sources. 3. Risk: Cost Plus Incentive Fee structure may incentivize cost overruns. 4. Sector: Information Technology (Computer Systems Design Services).
Value Assessment
Rating: fair
The contract's Cost Plus Incentive Fee (CPIF) structure, while aiming for efficiency, can lead to higher final costs if not managed tightly. Benchmarking against similar IT services contracts is difficult without detailed performance data.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The 'full and open competition after exclusion of sources' indicates a competitive process was used, but the exclusion clause warrants scrutiny. This method aims for best value but can sometimes limit the pool of qualified bidders.
Taxpayer Impact: While competition generally benefits taxpayers, the CPIF structure and potential for cost escalation require careful monitoring to ensure optimal value for public funds.
Public Impact
Taxpayers funded $67.7 million for IT services over six years. The contract supported computer systems design services for NASA. The use of a CPIF contract type suggests a focus on performance incentives. The contract was awarded to ASRC Research and Technology Solutions LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Incentive Fee structure
- Exclusion of sources in competition
Positive Signals
- Full and open competition utilized
- Long-term contract provides stability
Sector Analysis
This contract falls within the IT sector, specifically computer systems design services. Spending in this area is critical for government operations, and benchmarks vary widely based on complexity and duration.
Small Business Impact
The data indicates this contract was not awarded to small businesses (sb: false). This suggests larger, established firms were deemed best suited for the requirements, potentially limiting opportunities for smaller innovative companies.
Oversight & Accountability
The contract's duration and CPIF structure necessitate robust oversight from NASA to ensure cost control and effective service delivery. Tracking performance against incentive targets is crucial for accountability.
Related Government Programs
- Computer Systems Design Services
- 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.
- Ambiguity in 'exclusion of sources' clause.
- Long contract duration may not adapt to rapid tech changes.
Tags
computer-systems-design-services, national-aeronautics-and-space-administr, ms, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $67.8 million to ASRC RESEARCH AND TECHNOLOGY SOLUTIONS LLC. INFORMATION AND TECHNICAL SERVICES CONTRACT
Who is the contractor on this award?
The obligated recipient is ASRC RESEARCH AND TECHNOLOGY SOLUTIONS LLC.
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 $67.8 million.
What is the period of performance?
Start: 2010-02-23. End: 2016-06-15.
What was the rationale for excluding specific sources in a 'full and open' competition, and did this exclusion impact the final price or vendor selection?
The rationale for excluding sources in a full and open competition typically involves specific technical requirements, security clearances, or unique capabilities not met by all potential bidders. This exclusion, while aiming for the best fit, can sometimes reduce the competitive landscape, potentially impacting price discovery. A thorough review of the justification for exclusion is necessary to ensure it was market-driven and not restrictive.
How effectively did the Cost Plus Incentive Fee (CPIF) structure manage costs and incentivize performance compared to other contract types for similar IT services?
CPIF contracts aim to align contractor and government interests by sharing cost savings or overruns based on performance targets. For IT services, effectiveness hinges on well-defined metrics and realistic targets. If targets were easily met or poorly defined, costs could escalate. Conversely, aggressive targets could stifle innovation or lead to quality compromises. Benchmarking against fixed-price or other incentive contracts is key to assessing value.
What was the overall impact of this $67.7 million contract on NASA's mission objectives and technological advancement in computer systems design?
The contract's impact depends on the specific IT services delivered and their contribution to NASA's goals. Successful computer systems design can enhance research capabilities, data processing, and operational efficiency. Evaluating the contract's effectiveness requires assessing whether the designed systems met NASA's evolving needs, improved performance, and contributed to mission success within the allocated budget and timeframe.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: NNS09ZDA007R
Offers Received: 8
Pricing Type: COST PLUS INCENTIVE FEE (V)
Evaluated Preference: NONE
Contractor Details
Parent Company: Arctic Slope Regional Corporation
Address: 6303 IVY LANE STE 130, GREENBELT, MD, 20770
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $68,606,732
Exercised Options: $68,606,732
Current Obligation: $67,754,665
Actual Outlays: $613,862
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2010-02-23
Current End Date: 2016-06-15
Potential End Date: 2016-06-15 00:00:00
Last Modified: 2025-09-09
More Contracts from Asrc Research and Technology Solutions LLC
- THE Ames Research Center (ARC) Consolidated Information Technology (IT) Services (acits) 3 Contract Provides Services in the Categories IT Systems&governance Support, IT Security Support, Network and Communication Systems&support, Application Management&support, Scientific Computing Systems&support, Innovation and Emerging Technologies, and Outreach/Informational Systems&support — $280.2M (National Aeronautics and Space Administration)
- Program Analysis and Control (paac III) Provides Planning and Scheduling; Configuration Management; Information Technology; Documentation/Library; General Business; and General Accounting Services — $277.6M (National Aeronautics and Space Administration)
- Unified Cyber Situational Awareness (ucsa) — $113.3M (Department of Defense)
- Engineering, Design and Fabrication Services — $46.0M (National Aeronautics and Space Administration)
- Spectrum Management, Engineering Services and Programmatic Resource Management Support. the Contractor Shall Provide Engineering Studies and Technical Support Related TO: (A) Domestic and International Spectrum Management and Regulatory Services, (B) Space Communication Engineering Services (C) Programmatic and Financial Control Tools and Services; and, (D) Space Communication Education and Public Outreach Services. Such Support Shall Include: (A) Engineering Studies and Technical Support Related to the Electromagnetic Spectrum and Telecommunications Systems AS Required for Near Earth and Deep Space Research; (B) U.S. Domestic and International Spectrum Regulatory Issues, (C) Space Communications Architecture and Technology Development; (D) Support for ALL Financial Activities and Project Scheduling; (E) and the Development of an Integrated Master Schedule; and, Support for WEB Applications, Including the Management of the 15 Space Communications and Navigation (scan) Program Websites; (F) Technical and Administrative Support for Outreach and Public Education Including Technical Secretariat Support for Conferences and Other Events; and, (G) Other Agency Programs Impacted by the Work Areas Described Herein — $34.1M (National Aeronautics and Space Administration)
View all Asrc Research and Technology Solutions LLC federal contracts →
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 →