NASA's PRISM Task Order Awarded to JHU APL for $34.5M for Lunar Research
Contract Overview
Contract Amount: $34,562,693 ($34.6M)
Contractor: THE Johns Hopkins University Applied Physics Laboratory LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2021-06-25
End Date: 2026-06-30
Contract Duration: 1,831 days
Daily Burn Rate: $18.9K/day
Competition Type: NOT COMPETED
Pricing Type: COST PLUS FIXED FEE
Sector: R&D
Official Description: THE PAYLOADS AND RESEARCH INVESTIGATIONS ON THE SURFACE OF THE MOON (PRISM) TASK ORDER UNDER AEROSPACE RESEARCH, DEVELOPMENT AND ENGINEERING SUPPORT (ARDES) II 80MSFC20D0004.
Place of Performance
Location: LAUREL, HOWARD County, MARYLAND, 20723
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $34.6 million to THE JOHNS HOPKINS UNIVERSITY APPLIED PHYSICS LABORATORY LLC for work described as: THE PAYLOADS AND RESEARCH INVESTIGATIONS ON THE SURFACE OF THE MOON (PRISM) TASK ORDER UNDER AEROSPACE RESEARCH, DEVELOPMENT AND ENGINEERING SUPPORT (ARDES) II 80MSFC20D0004. Key points: 1. This contract focuses on R&D for lunar payloads and investigations, a niche but critical area for space exploration. 2. The sole awardee, JHU APL, suggests specialized expertise, but limits competitive pricing benefits. 3. Potential risks include cost overruns due to the Cost Plus Fixed Fee structure and the long duration. 4. The sector is R&D in Physical, Engineering, and Life Sciences, aligning with NASA's core mission.
Value Assessment
Rating: questionable
The Cost Plus Fixed Fee (CPFF) contract type can lead to cost overruns if not managed tightly. Benchmarking is difficult without specific unit costs, but the total award of $34.5M over nearly 5 years for specialized lunar research suggests a significant investment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs compared to a competitive environment. The justification for sole-source is not provided.
Taxpayer Impact: Taxpayer funds are directed to a single entity without competitive pressure, potentially increasing the overall cost of lunar research.
Public Impact
Advancement of lunar science and technology through dedicated research. Potential for new discoveries and understanding of the lunar environment. Supports NASA's broader Artemis program and future space exploration goals. Investment in specialized scientific research capabilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition.
- Cost Plus Fixed Fee contract type carries cost overrun risk.
- Long contract duration increases exposure to changing requirements or economic factors.
Positive Signals
- Award to a reputable institution (JHU APL) for specialized research.
- Supports critical NASA mission objectives in space exploration.
- Focus on lunar research aligns with current national space priorities.
Sector Analysis
This contract falls under the Research and Development in Physical, Engineering, and Life Sciences sector. Spending in this area is crucial for technological advancement but can be high due to the inherent uncertainties and specialized nature of R&D.
Small Business Impact
The contract was not competed and awarded to JHU APL, a large research institution. There is no indication of small business participation in this specific task order.
Oversight & Accountability
Oversight will be critical given the sole-source nature and CPFF contract type. NASA's contracting officers and program managers must ensure rigorous monitoring of costs, performance, and adherence to research objectives to ensure accountability.
Related Government Programs
- Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Lack of competition may lead to inflated costs.
- CPFF contract type increases risk of cost overruns.
- Potential for scope creep over the long contract duration.
- Dependence on a single contractor for critical research.
Tags
research-and-development-in-the-physical, national-aeronautics-and-space-administr, md, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $34.6 million to THE JOHNS HOPKINS UNIVERSITY APPLIED PHYSICS LABORATORY LLC. THE PAYLOADS AND RESEARCH INVESTIGATIONS ON THE SURFACE OF THE MOON (PRISM) TASK ORDER UNDER AEROSPACE RESEARCH, DEVELOPMENT AND ENGINEERING SUPPORT (ARDES) II 80MSFC20D0004.
Who is the contractor on this award?
The obligated recipient is THE JOHNS HOPKINS UNIVERSITY APPLIED PHYSICS LABORATORY 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 $34.6 million.
What is the period of performance?
Start: 2021-06-25. End: 2026-06-30.
What is the specific justification for awarding this contract on a sole-source basis?
The provided data does not include the justification for the sole-source award. Typically, sole-source contracts are awarded when only one responsible source is available or capable of meeting the agency's needs. Understanding this justification is crucial for assessing the necessity of avoiding competition and its potential impact on cost-effectiveness.
How will NASA ensure cost control and value for money with a Cost Plus Fixed Fee contract awarded non-competitively?
NASA will need robust oversight mechanisms, including detailed performance metrics, regular progress reviews, and stringent financial tracking. Effective management of the fixed fee component and clear definition of contract scope are essential to mitigate risks associated with cost overruns and ensure the government receives fair value for its investment.
What are the key performance indicators (KPIs) for the PRISM task order, and how will their achievement be measured?
The specific KPIs are not detailed in the provided data. However, they would likely relate to the successful development and testing of lunar payloads, the quality of research data collected, and the timely completion of investigation milestones. NASA's program office will be responsible for defining and monitoring these KPIs throughout the contract's duration.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Product/Service Code: RESEARCH AND DEVELOPMENT › Space R&D Services
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 11100 JOHNS HOPKINS RD, LAUREL, MD, 20723
Business Categories: Category Business, Limited Liability Corporation, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $35,673,276
Exercised Options: $35,673,276
Current Obligation: $34,562,693
Actual Outlays: $30,455,460
Subaward Activity
Number of Subawards: 22
Total Subaward Amount: $9,825,527
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80MSFC20D0004
IDV Type: IDC
Timeline
Start Date: 2021-06-25
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-03-30
More Contracts from THE Johns Hopkins University Applied Physics Laboratory LLC
- Dragonfly Extended Phase B Mission Under 80msfc20d0004 Aerospace Research, Development and Engineering Support (ardes) II — $1.3B (National Aeronautics and Space Administration)
- Aerospace Research, Design, and Development Tasks for Nasa — $1.1B (National Aeronautics and Space Administration)
- Solar Probe Plus (SPP) Phase a Activities the Contractor Shall Perform the Work That IS Designated in Task Orders Issued by the Contracting Officer. the Overall Scope of Work to BE Performed Will Support ALL of Nasa's Mission Directorates. These Efforts CAN BE Characterized AS Aerospace Research, Development, and Engineering Support (ardes). the General Nature of the Tasks to BE Developed Will BE to Conduct Supporting Research and Advanced Technology Development Designed to Make Contributions to Space Science and Space Exploration and Assist Nasa in the Formulation and Execution of ITS Programs by Providing Nasa With Technical Advice, Studies, and Reports of Investigations. Efforts Undertaken by the Contractor, in the Performance of the Assigned Tasks, Which Include Technology Transfer, Partnering and Commercialization Activities, Shall Seek to Enhance the Value and Contribution of Technology to the Nation S Technological Competitiveness, Prosperity, Quality of Life, and Other National Priorities. Individual Task Orders Will Fall Within ONE of TWO Broad Categories: 1) Essential Research Capability of Space Systems Engineering, and Related Work in the Supporting Essential Research Capabilities of Systems Test and Evaluation, Information Technology, and Simulation, Modeling and Operations Analysis. Task Orders Within the Category of Essential Research Capabilities ARE Intended to Preserve the Nation S Capabilities to Perform Robotic Space Missions Over the Full Mission Life Cycle From Concept Formulation Through Mission Operations and Data Analysis. Nasa IS Contracting for Support in Several KEY Research, Engineering and Development Competencies That ARE Fundamental to the Performance of These Missions. 2) Other Aerospace Research, Development, and Engineering Support. Task Orders Within the Category of Other Aerospace Research, Development and Engineering Support ARE Intended to Include a Broad Base of Scientific and Technical Capabilities Relevant to Nasa Program Responsibilities and Assignments. Regardless of Category, Task Orders MAY BE Issued Related to Autonomous Deep-Space and Earth-Orbiting Spacecraft or Major Subsystems, Experiments, Instruments or Other Devices That MAY BE Carried AS Payloads on the Space Shuttle or on Other Spacecraft. Task Assignments Will Explicitly Describe a Broad Range of Hardware, Software, Systems Engineering, Scientific Analysis, and Management Efforts Including Program and Project Management and Administration — $894.5M (National Aeronautics and Space Administration)
- SUN Earth Connection Living With a Star Program Letter Contract — $522.1M (National Aeronautics and Space Administration)
- Interstellar Mapping and Acceleration Probe (imap) Phase CD — $400.0M (National Aeronautics and Space Administration)
View all THE Johns Hopkins University Applied Physics Laboratory 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 →