NASA's $120M Facilities Support Contract Awarded to SYNCOM SPACE SERVICES LLC for Core Operations
Contract Overview
Contract Amount: $120,036,330 ($120.0M)
Contractor: Syncom Space Services LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2016-02-01
End Date: 2025-06-30
Contract Duration: 3,437 days
Daily Burn Rate: $34.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::OT::IGF SYNERGY-ACHIEVING CONSOLIDATED OPERATIONS AND MAINTENANCE, FIRM FIXED PRICE, CORE WORK
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $120.0 million to SYNCOM SPACE SERVICES LLC for work described as: IGF::OT::IGF SYNERGY-ACHIEVING CONSOLIDATED OPERATIONS AND MAINTENANCE, FIRM FIXED PRICE, CORE WORK Key points: 1. Contract focuses on core facilities support services, indicating a need for consistent operational maintenance. 2. The firm-fixed-price structure shifts performance risk to the contractor, potentially stabilizing costs. 3. A long duration suggests a strategic, long-term need for these services by NASA. 4. The contract is a delivery order under a larger contract, implying a phased or modular approach to service delivery. 5. The absence of small business set-aside or subcontracting requirements warrants further investigation into potential impacts.
Value Assessment
Rating: good
The contract value of $120 million over its period of performance appears reasonable for comprehensive facilities support services. Benchmarking against similar large-scale facilities maintenance contracts across federal agencies would provide a more precise value-for-money assessment. The firm-fixed-price nature suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple bidders were likely considered. The specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which should lead to better pricing and service offerings for the government. The award to SYNCOM SPACE SERVICES LLC suggests they offered the best value among the competing proposals.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the pool of potential offerors, driving down prices through market forces and ensuring the government receives competitive rates for essential services.
Public Impact
The primary beneficiary is NASA, which receives essential facilities support services to maintain its operational infrastructure. Services delivered include core operations and maintenance for facilities, ensuring a functional and safe working environment. The geographic impact is concentrated in Mississippi, where the facilities are located. Workforce implications include the potential for job creation and retention within the facilities management sector in Mississippi.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of explicit small business subcontracting goals may limit opportunities for smaller firms in the supply chain.
- The long contract duration could lead to contractor complacency if performance is not rigorously monitored.
Positive Signals
- Firm-fixed-price contract structure incentivizes contractor efficiency and cost control.
- Awarded under full and open competition, suggesting a competitive process that likely yielded favorable terms.
- The contract supports critical NASA operations, indicating a stable and important service requirement.
Sector Analysis
Facilities Support Services (NAICS 561210) is a significant sector within government contracting, encompassing a wide range of maintenance, repair, and operational services for federal buildings and infrastructure. This contract represents a substantial investment in maintaining NASA's physical assets. Comparable spending benchmarks for facilities management across agencies like GSA or DoD would provide further context on the scale of this award.
Small Business Impact
This contract does not appear to have specific small business set-aside provisions, nor are there explicit requirements for small business subcontracting mentioned in the provided data. This suggests that opportunities for small businesses may be limited to direct competition for the prime contract or through unsolicited subcontracting by the prime contractor. Further analysis would be needed to determine if SYNCOM SPACE SERVICES LLC has a history of engaging small businesses.
Oversight & Accountability
Oversight for this contract would typically be managed by NASA's contracting officers and program managers, who are responsible for monitoring performance, ensuring compliance with contract terms, and approving payments. The firm-fixed-price nature of the contract places a significant portion of the performance risk on the contractor. Transparency is facilitated through contract award databases, though detailed performance metrics may not be publicly available.
Related Government Programs
- NASA Facilities Maintenance Contracts
- Federal Facilities Support Services
- Core Operations and Maintenance Contracts
- Large-Scale Government Service Contracts
Risk Flags
- Potential lack of small business participation
- Performance monitoring for long-duration contract
- Scope creep risk in facilities management
Tags
facilities-support-services, nasa, mississippi, firm-fixed-price, full-and-open-competition, delivery-order, operations-and-maintenance, large-contract, syncom-space-services-llc
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $120.0 million to SYNCOM SPACE SERVICES LLC. IGF::OT::IGF SYNERGY-ACHIEVING CONSOLIDATED OPERATIONS AND MAINTENANCE, FIRM FIXED PRICE, CORE WORK
Who is the contractor on this award?
The obligated recipient is SYNCOM SPACE SERVICES 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 $120.0 million.
What is the period of performance?
Start: 2016-02-01. End: 2025-06-30.
What is the track record of SYNCOM SPACE SERVICES LLC in performing similar large-scale facilities support contracts for federal agencies?
SYNCOM SPACE SERVICES LLC's track record in performing large-scale facilities support contracts is a critical factor in assessing the risk and potential success of this award. While the provided data indicates this is a significant contract for the company, a deeper dive into their past performance with NASA and other federal agencies is warranted. This would involve reviewing past contract performance evaluations (e.g., CPARS reports), any history of contract disputes or terminations, and their experience with the specific types of facilities and services required. A contractor with a proven history of successful delivery on similar contracts is generally a lower risk, suggesting a higher likelihood of meeting performance expectations and budget constraints.
How does the pricing structure of this contract compare to industry benchmarks for similar facilities support services?
The pricing structure of this contract, being firm-fixed-price, is designed to provide cost certainty for the government. To assess its competitiveness, a comparison against industry benchmarks for similar facilities support services is essential. This would involve analyzing the proposed labor rates, material costs, and overhead applied by SYNCOM SPACE SERVICES LLC against prevailing market rates for comparable services in the Mississippi region and nationally. Factors such as the scope of services, complexity of facilities, and service level agreements will influence these benchmarks. If the contract's pricing is significantly above or below market rates, it could indicate either exceptional value or potential risks related to cost overruns or underperformance.
What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract, and how will they be monitored?
The key performance indicators (KPIs) and service level agreements (SLAs) are crucial for ensuring that SYNCOM SPACE SERVICES LLC delivers the required facilities support services effectively and efficiently. While not detailed in the provided data, these would typically cover aspects like response times for maintenance requests, preventative maintenance completion rates, energy efficiency targets, and facility uptime. NASA's contracting officer's representative (COR) or a designated technical point of contact would be responsible for monitoring these KPIs and SLAs against established targets. Regular performance reviews, site inspections, and reporting by the contractor are standard mechanisms for oversight. Failure to meet these metrics could trigger contractual remedies.
What is the historical spending pattern for facilities support services at this NASA facility or similar NASA facilities?
Understanding the historical spending patterns for facilities support services at this NASA facility, or comparable NASA installations, provides valuable context for evaluating the current $120 million contract. Analyzing past expenditures can reveal trends in service needs, cost fluctuations, and the effectiveness of previous contracting approaches. For instance, has spending increased or decreased over time? Were previous contracts also firm-fixed-price, or were they cost-plus? Comparing the current contract's value and duration against historical data can help determine if it represents a cost-effective solution or a potential escalation. This analysis can also highlight any significant changes in the scope of services or operational requirements that justify shifts in spending.
What is the potential impact of this contract on the small business ecosystem in Mississippi, given the lack of explicit set-aside or subcontracting requirements?
The lack of explicit small business set-aside or subcontracting requirements in this $120 million facilities support contract raises questions about its impact on the small business ecosystem in Mississippi. While the prime contractor, SYNCOM SPACE SERVICES LLC, may voluntarily engage small businesses, the absence of mandated goals means there is no guarantee. This could limit opportunities for local small businesses to participate in providing specialized services, materials, or support functions related to the contract. A thorough assessment would involve examining SYNCOM's subcontracting history and encouraging NASA to consider small business participation in future solicitations or contract modifications to foster broader economic benefits within the region.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
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
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: PAE Government Services Inc.
Address: 1320 N COURTHOUSE RD STE 700, ARLINGTON, VA, 22201
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $126,012,501
Exercised Options: $126,012,501
Current Obligation: $120,036,330
Actual Outlays: $81,626,742
Subaward Activity
Number of Subawards: 14
Total Subaward Amount: $1,300,470
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: NNS15AA01C
IDV Type: IDC
Timeline
Start Date: 2016-02-01
Current End Date: 2025-06-30
Potential End Date: 2025-06-30 00:00:00
Last Modified: 2025-09-15
More Contracts from Syncom Space Services LLC
- Synergy-Achieving Consolidated Operations and Maintenance, Cost Plus Incentive FEE - Indefinite Delivery Indefinite Quantity — $817.5M (National Aeronautics and Space Administration)
- Synergy-Achieving Consolidated Operations and Maintenance, Cost Plus Incentive FEE, Core Work — $391.8M (National Aeronautics and Space Administration)
- Synergy-Achieving Consolidated Operations and Maintenance, Cost Plus Incentive FEE - Indefinite Delivery Indefinite Quantity — $108.3M (National Aeronautics and Space Administration)
- Synergy - Achieving Consilidated Operations and Maintenance (sacom) — $100.1M (National Aeronautics and Space Administration)
- Synergy-Achieving Consolidated Operations and Maintenance, Firm Fixed Price-Indefinite Delivery Indefinite Quantity — $20.4M (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 →