NASA awards $3.38M contract for small-sat deorbiting technology to Busek Co., Inc
Contract Overview
Contract Amount: $3,380,078 ($3.4M)
Contractor: Busek CO., Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2023-10-04
End Date: 2026-06-11
Contract Duration: 981 days
Daily Burn Rate: $3.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 500
Pricing Type: FIRM FIXED PRICE
Sector: R&D
Official Description: HIGH TOTAL IMPULSE BET-MAX SYSTEM FOR SMALL-SAT DEORBITING
Place of Performance
Location: NATICK, MIDDLESEX County, MASSACHUSETTS, 01760
Plain-Language Summary
National Aeronautics and Space Administration obligated $3.4 million to BUSEK CO., INC. for work described as: HIGH TOTAL IMPULSE BET-MAX SYSTEM FOR SMALL-SAT DEORBITING Key points: 1. Contract focuses on research and development for a critical space debris mitigation technology. 2. The award represents a significant investment in sustainable space operations. 3. Busek Co., Inc. has a history of providing propulsion and space systems. 4. The contract duration of nearly 1000 days suggests a substantial development effort. 5. Fixed-price contract type aims to control costs for the government. 6. The specific technology addresses a growing concern in orbital debris management.
Value Assessment
Rating: good
The contract value of $3.38 million for R&D in specialized propulsion systems appears reasonable given the technical complexity and the contractor's expertise. Benchmarking against similar R&D contracts for advanced space technologies would provide a more precise value assessment. The firm fixed-price structure is a positive indicator for cost control, though the ultimate value will depend on the successful development of the deorbiting system.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that while competition was sought, certain sources were excluded, potentially limiting the pool of bidders. The number of offers received (500) is exceptionally high, suggesting strong market interest despite the exclusion. This level of interest generally supports price discovery, but the exclusion of sources warrants further investigation into the rationale.
Taxpayer Impact: The high number of offers suggests that taxpayers likely benefited from competitive pricing, even with the exclusion of some potential sources. The agency's justification for excluding sources will be key to understanding if the full potential for taxpayer savings was realized.
Public Impact
The primary beneficiaries are NASA and the broader space community, which will gain a technology to mitigate orbital debris. The service delivered is research and development for a small-satellite deorbiting system. The geographic impact is national, supporting U.S. leadership in space sustainability. Workforce implications include specialized engineering and technical roles within Busek Co., Inc. and potentially supporting industries.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition due to exclusion of sources, impacting price discovery.
- R&D contracts inherently carry risk of technical challenges and schedule delays.
- Dependence on a single contractor for this specific technology development.
Positive Signals
- High number of offers (500) indicates strong market interest and potential for competitive pricing.
- Firm Fixed Price contract type provides cost certainty for the government.
- Contractor's established expertise in propulsion systems reduces technical risk.
- Focus on space debris mitigation aligns with critical national and international space policy goals.
Sector Analysis
This contract falls within the Research and Development sector, specifically focusing on advanced propulsion and space systems. The market for space debris mitigation technologies is growing rapidly as satellite constellations expand. Comparable spending benchmarks would likely be found in R&D contracts awarded by NASA, DoD, and other space agencies for novel propulsion, satellite servicing, or orbital mechanics technologies. The total addressable market for space debris solutions is projected to be in the billions.
Small Business Impact
The contract data indicates that small business participation was not a primary set-aside consideration (ss: false, sb: false). While Busek Co., Inc. may engage small businesses as subcontractors, the primary award is not directed towards small businesses. Further analysis would be needed to determine the extent of small business subcontracting opportunities generated by this contract.
Oversight & Accountability
Oversight will be primarily managed by NASA's contracting officers and technical monitors. The firm fixed-price nature of the contract provides a degree of financial oversight by fixing the total cost. Transparency is facilitated by the Federal Procurement Data System (FPDS), where contract details are reported. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- NASA Small Business Innovation Research (SBIR) Program
- Orbital Debris Research Programs
- Advanced Propulsion Systems Development
- Space Situational Awareness Technologies
Risk Flags
- Potential for limited competition due to source exclusion.
- Technical risks inherent in R&D for novel space technology.
- Dependence on contractor's successful development and delivery.
Tags
nasa, research-and-development, space-technology, propulsion-systems, orbital-debris, small-satellite, firm-fixed-price, definitive-contract, massachusetts, limited-competition
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $3.4 million to BUSEK CO., INC.. HIGH TOTAL IMPULSE BET-MAX SYSTEM FOR SMALL-SAT DEORBITING
Who is the contractor on this award?
The obligated recipient is BUSEK CO., 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 $3.4 million.
What is the period of performance?
Start: 2023-10-04. End: 2026-06-11.
What is Busek Co., Inc.'s track record with NASA and similar government contracts?
Busek Co., Inc. has a history of working with NASA and other government agencies on propulsion systems and space technology development. Their expertise includes electric propulsion, chemical propulsion, and related space hardware. Reviewing their past performance on similar R&D contracts, particularly those involving advanced or novel technologies, would provide insight into their capability to deliver on this specific deorbiting system. Analyzing past contract awards, delivery performance, and any reported issues or successes would be crucial for a comprehensive assessment of their track record.
How does the $3.38 million contract value compare to similar R&D efforts for space debris mitigation?
Benchmarking the $3.38 million contract value requires comparing it to other R&D efforts focused on space debris mitigation technologies, such as deorbiting systems, drag enhancement devices, or active debris removal concepts. The specific technical approach and maturity level of the technology being developed will significantly influence cost. Contracts for early-stage feasibility studies might be in the hundreds of thousands, while development of flight-ready hardware could reach tens of millions. Without specific comparable contract data, it's challenging to definitively state if $3.38 million is high or low, but it suggests a significant investment in developing a specific technological solution.
What are the primary technical risks associated with developing a small-sat deorbiting system under this contract?
The primary technical risks associated with developing a small-sat deorbiting system include ensuring the reliability and effectiveness of the deorbiting mechanism in various space environments, achieving the required deorbit trajectory and accuracy, and integrating the system with diverse small satellite platforms. Challenges may arise in power consumption, propellant management (if applicable), deployment mechanisms, and long-term operational stability. Furthermore, the system must be robust enough to withstand launch vibrations and the harsh conditions of space. The success of the R&D effort hinges on mitigating these technical hurdles to produce a functional and dependable deorbiting solution.
What is the expected impact of this contract on the broader goal of space debris reduction?
This contract is expected to contribute significantly to the broader goal of space debris reduction by developing a specific technological solution for deorbiting small satellites. As the number of small satellites in orbit increases, effective deorbiting mechanisms become crucial for preventing the accumulation of defunct satellites that pose collision risks. The successful development and potential future deployment of this technology could enhance the sustainability of the space environment, reduce the likelihood of cascading collisions (Kessler Syndrome), and support responsible space operations. It represents a proactive investment in mitigating a growing environmental challenge in Earth orbit.
How does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' procurement method affect potential cost savings for taxpayers?
The procurement method 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' implies that while the initial solicitation was open, certain potential offerors were subsequently excluded. This exclusion, if not rigorously justified by technical or other specific requirements, could potentially limit the breadth of competition. A narrower competitive field might reduce the downward pressure on pricing, potentially leading to higher costs for taxpayers compared to a truly unrestricted full and open competition. However, the exceptionally high number of offers (500) suggests that the exclusion may not have significantly stifled overall market interest, and competitive dynamics likely still played a role in price discovery.
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 › General Science and Technology R&D Services
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 2023-1-122-S
Offers Received: 500
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 11 TECH CIR, NATICK, MA, 01760
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,380,078
Exercised Options: $3,380,078
Current Obligation: $3,380,078
Actual Outlays: $3,027,870
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2023-10-04
Current End Date: 2026-06-11
Potential End Date: 2026-06-11 00:00:00
Last Modified: 2026-01-27
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 →