NASA Awards $47M IT Services Contract to SAITECH Inc. for Stennis Space Center
Contract Overview
Contract Amount: $47,081,026 ($47.1M)
Contractor: Saitech Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2016-04-01
End Date: 2021-09-30
Contract Duration: 2,008 days
Daily Burn Rate: $23.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 8
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::OT::IGF INFORMATION TECHNOLOGY SERVICES THAT INCLUDE INFORMATION TECHNOLOGY PLANNING, POLICY AND MANAGEMENT SERVICES, APPLICATION AND SYSTEM SERVICES, AUDIO VISUAL AND VIDEO SERVICES, COMMUNICATION SERVICES AND TECHNOLOGY SUPPORT SERVICES AT STENNIS SPACE CENTER. THIS WIDE RANGE OF INFORMATION TECHNOLOGY SERVICES WILL SUPPORT STENNIS IN ACCOMPLISHING INSTITUTIONAL, PROGRAM AND PROJECT OBJECTIVES FOR NASA, RESIDENT ORGANIZATIONS, ONSITE CONTRACTORS AND ONSITE COMMERCIAL TENANTS.
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $47.1 million to SAITECH INC for work described as: IGF::OT::IGF INFORMATION TECHNOLOGY SERVICES THAT INCLUDE INFORMATION TECHNOLOGY PLANNING, POLICY AND MANAGEMENT SERVICES, APPLICATION AND SYSTEM SERVICES, AUDIO VISUAL AND VIDEO SERVICES, COMMUNICATION SERVICES AND TECHNOLOGY SUPPORT SERVICES AT STENNIS SPACE CENTER. THIS WIDE … Key points: 1. Contract covers a broad spectrum of IT services including planning, application support, and technology. 2. SAITECH Inc. is the sole awardee for this delivery order. 3. The contract spans five years, from April 2016 to September 2021. 4. Services will support NASA, resident organizations, contractors, and tenants at Stennis Space Center.
Value Assessment
Rating: fair
The contract value of $47.1 million over five years averages to approximately $9.4 million annually. Benchmarking against similar IT services contracts for government facilities is difficult without more specific service breakdowns, but the overall value appears within a reasonable range for comprehensive IT support.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating a competitive bidding process. This method is generally expected to yield fair market prices, though the specific pricing structure and discovery process are not detailed.
Taxpayer Impact: The use of full and open competition suggests efforts to secure competitive pricing, potentially leading to efficient use of taxpayer funds for essential IT services.
Public Impact
Ensures continuity of IT operations and support for critical NASA missions at Stennis. Supports a diverse user base including government, contractors, and commercial tenants. Provides a wide array of IT services, from planning to technical support. The contract duration of five years offers stability for IT service delivery.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or KPIs in the provided data.
- Potential for cost overruns if scope creep occurs within the broad IT services.
- Dependence on a single vendor (SAITECH Inc.) for critical IT infrastructure.
Positive Signals
- Awarded through full and open competition.
- Supports multiple diverse organizations at a key research facility.
- Long-term contract provides service stability.
Sector Analysis
This contract falls under Information Technology Services, specifically Computer Systems Design Services. The value of $47 million over five years for comprehensive IT support at a major research facility like Stennis Space Center is substantial but not unusual, reflecting the complexity and critical nature of IT operations for government agencies.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, small businesses were likely not primary awardees, though they may have participated as subcontractors to SAITECH Inc.
Oversight & Accountability
The contract was awarded by NASA's National Aeronautics and Space Administration, suggesting oversight from a major federal agency. However, specific details regarding ongoing performance monitoring, audits, or accountability mechanisms are not provided.
Related Government Programs
- Computer Systems Design Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Broad scope of services may lead to scope creep and cost overruns.
- Lack of detailed performance metrics makes oversight difficult.
- Potential for vendor lock-in due to comprehensive IT support.
- No indication of small business participation as prime contractors.
Tags
computer-systems-design-services, national-aeronautics-and-space-administr, ms, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $47.1 million to SAITECH INC. IGF::OT::IGF INFORMATION TECHNOLOGY SERVICES THAT INCLUDE INFORMATION TECHNOLOGY PLANNING, POLICY AND MANAGEMENT SERVICES, APPLICATION AND SYSTEM SERVICES, AUDIO VISUAL AND VIDEO SERVICES, COMMUNICATION SERVICES AND TECHNOLOGY SUPPORT SERVICES AT STENNIS SPACE CENTER. THIS WIDE RANGE OF INFORMATION TECHNOLOGY SERVICES WILL SUPPORT STENNIS IN ACCOMPLISHING INSTITUTIONAL, PROGRAM AND PROJECT OBJECTIVES FOR NASA, RESIDENT ORGANIZATIONS, ONSITE CONTRACTORS AND ONSITE COMMERCIAL TENANTS.
Who is the contractor on this award?
The obligated recipient is SAITECH 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 $47.1 million.
What is the period of performance?
Start: 2016-04-01. End: 2021-09-30.
What is the specific breakdown of costs allocated to each IT service category within the $47 million contract?
The provided data does not detail the cost allocation for individual IT services. Understanding the breakdown would allow for a more precise assessment of value for money across different service areas, such as application development versus basic technical support. Without this, it's challenging to benchmark specific service costs effectively.
What are the key performance indicators (KPIs) and service level agreements (SLAs) established for this contract to measure SAITECH Inc.'s performance?
The available information does not specify the KPIs or SLAs associated with this contract. Robust performance metrics are crucial for ensuring service quality, accountability, and taxpayer value. The absence of this detail raises a flag regarding the clarity of performance expectations and the mechanisms for addressing potential deficiencies.
How does the pricing structure (Firm Fixed Price) compare to industry standards for similar comprehensive IT support contracts in the federal sector?
A Firm Fixed Price (FFP) contract aims to provide cost certainty. For comprehensive IT services, FFP can be effective if the scope is well-defined. However, the complexity of IT services can sometimes lead to challenges in scope definition, potentially making FFP less adaptable than other pricing structures if unforeseen issues arise, impacting overall value.
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
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: NNS15530376R
Offers Received: 8
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10411 MOTOR CITY DR STE 670, BETHESDA, MD, 20817
Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $47,081,026
Exercised Options: $47,081,026
Current Obligation: $47,081,026
Actual Outlays: $18,398,570
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS35F0491L
IDV Type: FSS
Timeline
Start Date: 2016-04-01
Current End Date: 2021-09-30
Potential End Date: 2021-09-30 00:00:00
Last Modified: 2022-02-17
More Contracts from Saitech Inc
- Information Technology (IT) Requirements to BE Performed AT Stennis Space Center (SSC) Which Include Providing Systems and Services to Nasa, Resident Organizations, Onsite Contractors and Onsite Commercial Tenants — $17.4M (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 →