NASA's $204M Facilities Support Contract Awarded to SYNCOM SPACE SERVICES LLC for Operations and Maintenance
Contract Overview
Contract Amount: $20,420,451 ($20.4M)
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: $5.9K/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-INDEFINITE DELIVERY INDEFINITE QUANTITY
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $20.4 million to SYNCOM SPACE SERVICES LLC for work described as: IGF::OT::IGF SYNERGY-ACHIEVING CONSOLIDATED OPERATIONS AND MAINTENANCE, FIRM FIXED PRICE-INDEFINITE DELIVERY INDEFINITE QUANTITY Key points: 1. Contract aims to consolidate operations and maintenance for improved efficiency. 2. Firm Fixed Price contract type suggests predictable cost outcomes. 3. Indefinite Delivery/Indefinite Quantity (IDIQ) structure allows flexibility for evolving needs. 4. Awarded by NASA, indicating a focus on critical infrastructure support. 5. Contract duration extends through June 2025, suggesting a long-term need. 6. The contract value of over $204 million signifies a substantial investment in facilities management.
Value Assessment
Rating: good
The contract value of $204.2 million over its period of performance appears reasonable for comprehensive facilities support services. Benchmarking against similar large-scale NASA or DoD facilities management contracts would provide a more precise value-for-money assessment. The firm fixed-price nature of the base contract and delivery orders helps control costs, but the IDIQ structure means the total spent could fluctuate based on task orders issued.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple qualified vendors had the opportunity to bid. This competitive process is expected to yield fair market pricing and encourage innovation. The number of bidders is not specified, but the full and open nature suggests a robust competition.
Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down prices through market forces and ensuring the government receives the best value for its investment.
Public Impact
Supports NASA's operational readiness by ensuring facilities are maintained and functional. Benefits NASA personnel and researchers by providing a safe and efficient working environment. Geographic impact is concentrated at NASA facilities managed under this contract, primarily in Mississippi. Workforce implications include employment opportunities for facilities management and maintenance personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in IDIQ contracts if task orders are not carefully managed.
- Reliance on a single contractor for critical facilities operations could pose a risk if performance issues arise.
Positive Signals
- Consolidation of services aims for operational efficiencies.
- Firm Fixed Price structure provides cost certainty for awarded task orders.
- Long-term contract allows for stable planning and resource allocation.
Sector Analysis
This contract falls within the Facilities Support Services sector, a critical component of government operations. This sector encompasses a wide range of services including maintenance, repair, custodial, and groundskeeping. The market size for federal facilities management is substantial, with agencies like NASA requiring extensive support to maintain complex research and operational sites. This contract represents a significant portion of spending within this niche for NASA.
Small Business Impact
The provided data indicates that small business participation (sb) is false and there is no specific small business set-aside (ss) noted for this contract. This suggests that the primary award was not targeted towards small businesses. Subcontracting opportunities for small businesses may exist at the discretion of the prime contractor, SYNCOM SPACE SERVICES LLC, but are not explicitly mandated by the contract details provided.
Oversight & Accountability
Oversight for this contract would typically be managed by NASA's contracting officers and program managers, ensuring adherence to the terms and conditions. Accountability measures are embedded within the contract's performance standards and payment clauses. Transparency is generally maintained through federal procurement databases, though specific performance metrics and oversight reports may not always be publicly accessible.
Related Government Programs
- NASA Facilities Operations and Maintenance Contracts
- Federal Facilities Support Services
- Indefinite Delivery/Indefinite Quantity Contracts
Risk Flags
- Potential for scope creep in IDIQ contracts
- Contractor performance risk
- Over-reliance on a single contractor for critical services
Tags
nasa, facilities-support-services, firm-fixed-price, indefinite-delivery-indefinite-quantity, full-and-open-competition, mississippi, operations-and-maintenance, large-contract, federal-spending, syncom-space-services-llc
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $20.4 million to SYNCOM SPACE SERVICES LLC. IGF::OT::IGF SYNERGY-ACHIEVING CONSOLIDATED OPERATIONS AND MAINTENANCE, FIRM FIXED PRICE-INDEFINITE DELIVERY INDEFINITE QUANTITY
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 $20.4 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 management contracts for government agencies?
Assessing SYNCOM SPACE SERVICES LLC's track record requires a review of their past performance on similar contracts. This would involve examining contract histories, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any documented disputes or awards. A history of successful delivery on complex facilities operations and maintenance contracts, particularly for agencies with demanding requirements like NASA, would indicate a lower performance risk. Conversely, a history of performance issues, cost overruns, or missed deadlines would raise concerns about their capability to fulfill this current $204 million contract effectively.
How does the awarded price compare to industry benchmarks for similar facilities support services?
To benchmark the $204.2 million contract value, one would compare it against data from similar facilities support contracts awarded by NASA or other federal agencies of comparable size and complexity. This involves analyzing contract line item numbers (CLINs) for specific services (e.g., HVAC maintenance, janitorial, groundskeeping) and comparing their unit costs or total prices against market research data or publicly available contract databases. Factors such as geographic location, scope of services, and contract duration significantly influence pricing. Without detailed service breakdowns and comparative data, a precise value-for-money assessment is challenging, but the scale suggests a significant investment requiring thorough justification.
What are the primary risk indicators associated with this contract, considering its IDIQ and Firm Fixed Price nature?
Key risk indicators for this contract include the potential for scope creep within the IDIQ structure, where task orders could expand beyond initial expectations, potentially leading to cost increases or performance challenges if not managed diligently. While the Firm Fixed Price (FFP) nature of delivery orders provides cost certainty for those specific orders, the overall contract value could still fluctuate significantly based on the volume and nature of task orders issued. Contractor performance risk is also present; any degradation in SYNCOM SPACE SERVICES LLC's ability to deliver services could impact NASA's operations. Furthermore, reliance on a single contractor for critical functions necessitates robust oversight to mitigate risks.
How effective is the consolidation of operations and maintenance services likely to be in achieving NASA's efficiency goals?
The consolidation of operations and maintenance services under a single contract like IGF is intended to streamline management, reduce administrative overhead, and potentially achieve economies of scale. The effectiveness hinges on the contractor's ability to integrate diverse services seamlessly and NASA's oversight in ensuring these efficiencies are realized. If SYNCOM SPACE SERVICES LLC successfully manages the various maintenance, repair, and operational aspects under one umbrella, it could lead to improved coordination, faster response times, and better resource allocation compared to fragmented service contracts. However, the success also depends on clear performance metrics and active management by NASA to prevent service gaps or redundancies.
What has been the historical spending pattern for facilities support services at NASA's Mississippi facilities prior to this consolidated contract?
Analyzing historical spending patterns for facilities support services at NASA's Mississippi facilities prior to the IGF contract (awarded in 2016) would reveal the extent to which services were previously fragmented or consolidated. This involves examining spending data for maintenance, repair, operations, and related services across different contracts and fiscal years. Understanding this historical context helps evaluate whether the $204.2 million consolidated contract represents an increase, decrease, or reallocation of resources. It also provides a baseline against which the cost-effectiveness and efficiency gains of the current consolidated approach can be measured over time.
Are there any specific performance metrics or KPIs defined within the contract that measure the success of facilities support services?
While the provided data does not detail specific Key Performance Indicators (KPIs) or metrics within the contract, it is standard practice for large federal contracts, especially those involving critical operations like NASA facilities, to include detailed performance standards. These typically cover areas such as response times for service requests, preventative maintenance completion rates, facility uptime, energy efficiency targets, and safety compliance. NASA's oversight would involve monitoring SYNCOM SPACE SERVICES LLC's performance against these metrics, which are crucial for ensuring value for money and operational effectiveness. The effectiveness of the consolidation strategy is directly tied to achieving these defined performance goals.
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-Parsons Global Logistics Services, LLC
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: $20,750,000
Exercised Options: $20,750,000
Current Obligation: $20,420,451
Actual Outlays: $13,430,062
Subaward Activity
Number of Subawards: 2
Total Subaward Amount: $130,103
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: 2026-02-23
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, Firm Fixed Price, Core Work — $120.0M (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)
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 →