NASA awards $10M for relocation services to Cartus Corporation under competitive delivery order
Contract Overview
Contract Amount: $9,996,606 ($10.0M)
Contractor: Cartus Corporation
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2006-10-01
End Date: 2007-09-30
Contract Duration: 364 days
Daily Burn Rate: $27.5K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MISCELLANEOUS RELOCATION SERVICES
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $10.0 million to CARTUS CORPORATION for work described as: MISCELLANEOUS RELOCATION SERVICES Key points: 1. The contract value of $9.99M for miscellaneous relocation services is significant. 2. Cartus Corporation is a major player in the relocation services market. 3. The contract was awarded as a competitive delivery order, suggesting some level of price discovery. 4. The sector is professional, scientific, and technical services, specifically real estate brokerage.
Value Assessment
Rating: fair
The award amount of $9,996,606.10 for a 364-day duration appears substantial for relocation services. Benchmarking against similar contracts would be necessary to definitively assess value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Awarded as a competitive delivery order, indicating multiple vendors likely participated. This method generally promotes price competition and allows for market-driven pricing.
Taxpayer Impact: Taxpayer funds are utilized for essential government employee relocation, a necessary but potentially costly service.
Public Impact
Supports government employee mobility and operational continuity. Ensures employees have access to housing and relocation support. Potential for cost savings through competitive bidding on relocation services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Contract duration is relatively short (364 days), potentially leading to frequent re-competition and administrative overhead.
- Lack of specific performance metrics or outcomes makes it difficult to assess effectiveness.
- No indication of small business participation.
Positive Signals
- Awarded via a competitive process, suggesting potential for good pricing.
- Services are essential for government personnel management.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically related to real estate and relocation. Spending in this area is often tied to personnel movements and agency operational needs.
Small Business Impact
The data indicates that this contract was not awarded to a small business (sb: false). There is no information provided on subcontracting opportunities for small businesses.
Oversight & Accountability
The contract was awarded by NASA, a federal agency with established oversight mechanisms. However, the limited data provided does not allow for a detailed assessment of specific oversight activities for this particular contract.
Related Government Programs
- Offices of Real Estate Agents and Brokers
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Lack of performance metrics.
- No small business subcontracting plan evident.
- Short contract duration may lead to inefficiencies.
- Limited transparency on competitive pricing details.
Tags
offices-of-real-estate-agents-and-broker, national-aeronautics-and-space-administr, ms, do, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $10.0 million to CARTUS CORPORATION. MISCELLANEOUS RELOCATION SERVICES
Who is the contractor on this award?
The obligated recipient is CARTUS CORPORATION.
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 $10.0 million.
What is the period of performance?
Start: 2006-10-01. End: 2007-09-30.
What was the competitive landscape like for this delivery order, and how did it influence the final price?
The contract was a 'COMPETITIVE DELIVERY ORDER,' suggesting that multiple vendors were invited to bid. This competitive environment typically drives prices down as vendors vie for the contract. However, without knowing the number of bids received or the specific pricing structures of each offeror, it's difficult to quantify the exact price advantage gained through competition.
What are the key performance indicators (KPIs) for these miscellaneous relocation services, and how is Cartus Corporation's performance being measured?
The provided data does not specify any key performance indicators or metrics for evaluating Cartus Corporation's service delivery. Understanding these KPIs is crucial for assessing the effectiveness and value of the contract, ensuring that taxpayer money is being used efficiently and that relocated employees are receiving adequate support.
How does the $9.99 million contract value compare to historical spending on similar relocation services by NASA or other federal agencies?
A direct comparison of the $9.99 million contract value to historical spending requires access to broader government procurement data. Without this comparative data, it's challenging to determine if this award represents a cost-effective solution or an outlier. Benchmarking against similar contracts for relocation services is essential for a comprehensive value assessment.
Industry Classification
NAICS: Real Estate and Rental and Leasing › Offices of Real Estate Agents and Brokers › Offices of Real Estate Agents and Brokers
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › RELOCATION OR TRAVEL AGENT SERVICES
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Domus Holdings Corp. (UEI: 800035417)
Address: 40 APPLE RIDGE RD, DANBURY, CT, 05
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $9,996,966
Exercised Options: $9,996,966
Current Obligation: $9,996,606
Parent Contract
Parent Award PIID: GS23F9762H
IDV Type: FSS
Timeline
Start Date: 2006-10-01
Current End Date: 2007-09-30
Potential End Date: 2007-09-30 00:00:00
Last Modified: 2014-08-14
More Contracts from Cartus Corporation
- Relocation Services for Homesale and Household Goods — $31.1M (Department of Justice)
- Nasa Employee Relocation Service — $20.5M (National Aeronautics and Space Administration)
- Relocation Services for Homesale and Household Goods — $18.5M (Department of Justice)
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 →