NASA awards $1.5M R&D contract for zero-emission turbofan technology to Maglev Aero Inc
Contract Overview
Contract Amount: $149,768 ($149.8K)
Contractor: Maglev Aero Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-09-29
End Date: 2026-04-26
Contract Duration: 209 days
Daily Burn Rate: $717/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: SBIR 1 HYDRATE: A ZERO-EMISSION DIRECT DRIVE PARALLEL HYBRID TURBOFAN FOR PERSONAL JETS
Place of Performance
Location: HOPKINTON, MIDDLESEX County, MASSACHUSETTS, 01748
Plain-Language Summary
National Aeronautics and Space Administration obligated $149,768 to MAGLEV AERO INC for work described as: SBIR 1 HYDRATE: A ZERO-EMISSION DIRECT DRIVE PARALLEL HYBRID TURBOFAN FOR PERSONAL JETS Key points: 1. Contract focuses on innovative zero-emission propulsion for personal jets. 2. Research and Development in Nanotechnology is the primary NAICS code. 3. Definitive contract awarded under full and open competition. 4. Fixed-price contract structure aims to control costs. 5. Project duration is approximately 209 days. 6. Small business participation is not explicitly mandated. 7. Contract value is $1,497,680.
Value Assessment
Rating: good
The contract value of $1.5 million for a definitive contract focused on R&D appears reasonable for the scope of developing advanced turbofan technology. Benchmarking against similar R&D contracts in aerospace propulsion would provide a more precise value-for-money assessment. The firm fixed-price nature suggests a clear understanding of project costs by both parties, which is a positive indicator for cost control.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that while sources were initially excluded, the opportunity was ultimately opened to all qualified bidders. The number of bidders is not specified, but the 'full and open' designation suggests a competitive process that should lead to fair market pricing.
Taxpayer Impact: A full and open competition generally benefits taxpayers by fostering a competitive environment that drives down prices and encourages innovation from a wider pool of contractors.
Public Impact
The primary beneficiaries are the aerospace industry and potentially future users of personal jet aircraft seeking sustainable travel options. The contract will deliver advancements in zero-emission propulsion technology. The geographic impact is primarily within Massachusetts, where Maglev Aero Inc. is located. Workforce implications include potential job creation in specialized R&D roles within the aerospace sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited contract duration may restrict the depth of research achievable.
- Reliance on a single definitive contract for this technology could pose a risk if Maglev Aero Inc. faces unforeseen challenges.
- The specific technological advancements and their scalability are yet to be proven.
Positive Signals
- Focus on zero-emission technology aligns with national environmental goals.
- Firm fixed-price contract provides cost certainty.
- Award to a specific company suggests a belief in their capability to deliver on this niche R&D.
Sector Analysis
This contract falls within the Research and Development sector, specifically focusing on advanced aerospace propulsion systems. The market for personal jets and sustainable aviation technologies is growing, driven by environmental concerns and technological innovation. This contract represents a targeted investment in a niche area of aerospace R&D, aiming to push the boundaries of current engine technology.
Small Business Impact
The contract data indicates that small business participation was not a specific set-aside requirement (sb: false). While Maglev Aero Inc. may be a small business, the contract itself was not designated as such. Subcontracting opportunities for small businesses are not detailed in the provided data but could arise depending on Maglev Aero Inc.'s operational needs.
Oversight & Accountability
Oversight for this contract will likely be managed by the National Aeronautics and Space Administration (NASA). As a definitive contract, it is subject to standard federal procurement regulations and oversight. Transparency is expected through NASA's reporting mechanisms, and any specific Inspector General jurisdiction would be determined by NASA's internal policies for R&D contracts.
Related Government Programs
- Advanced Air Mobility Initiatives
- Sustainable Aviation Fuel Research
- Next-Generation Aircraft Engine Development
- NASA SBIR/STTR Programs
Risk Flags
- Limited contract duration for complex R&D
- Uncertainty regarding contractor's prior performance in similar projects
- Potential for scope creep or under-delivery given short timeframe
Tags
research-and-development, nasa, aerospace, propulsion-systems, zero-emission, definitive-contract, firm-fixed-price, full-and-open-competition, massachusetts, personal-jets, nanotechnology
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $149,768 to MAGLEV AERO INC. SBIR 1 HYDRATE: A ZERO-EMISSION DIRECT DRIVE PARALLEL HYBRID TURBOFAN FOR PERSONAL JETS
Who is the contractor on this award?
The obligated recipient is MAGLEV AERO 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 $149,768.
What is the period of performance?
Start: 2025-09-29. End: 2026-04-26.
What is the track record of Maglev Aero Inc. in securing and successfully completing government R&D contracts, particularly in aerospace propulsion?
Information regarding Maglev Aero Inc.'s specific track record with government R&D contracts, especially in aerospace propulsion, is not detailed in the provided data. A thorough assessment would require reviewing past performance reports, contract histories, and any available project outcomes associated with the company. Without this, it is difficult to gauge their experience and reliability in delivering complex R&D projects for federal agencies. Further investigation into federal contract databases and company profiles would be necessary to establish a comprehensive understanding of their past performance.
How does the $1.5 million contract value compare to similar R&D efforts in zero-emission turbofan technology for personal jets?
The $1.5 million contract value for developing a zero-emission direct drive parallel hybrid turbofan for personal jets appears to be a focused investment. Benchmarking this against similar R&D initiatives in advanced aerospace propulsion is crucial for a comprehensive value assessment. While specific comparable contract values are not provided, R&D projects of this nature, especially those involving novel technologies like hybrid turbofans, can range significantly. Factors influencing cost include the maturity of the technology, the scope of research (e.g., conceptual design vs. prototype testing), and the specific performance targets. A value of $1.5 million suggests an early-stage development or focused research phase rather than full-scale prototype development and testing.
What are the key performance indicators (KPIs) or milestones expected for this contract, and how will success be measured?
The provided data does not explicitly detail the key performance indicators (KPIs) or specific milestones for this contract. However, given the nature of the R&D project ('ZERO-EMISSION DIRECT DRIVE PARALLEL HYBRID TURBOFAN FOR PERSONAL JETS'), success will likely be measured by the achievement of specific technological advancements. These could include metrics related to emission reduction targets, fuel efficiency improvements, power output, noise reduction, and the successful integration of the hybrid system. The firm fixed-price contract structure implies that Maglev Aero Inc. is expected to deliver defined research outcomes within the allocated budget and timeframe. NASA's technical monitors would be responsible for overseeing progress against these implicit or explicit R&D goals.
What is the potential risk associated with the limited contract duration of 209 days for a complex R&D project?
A contract duration of 209 days (approximately 7 months) for developing advanced turbofan technology presents a potential risk of scope limitation. Complex R&D projects often require iterative design, testing, and refinement, which can be time-consuming. This short duration might indicate that the contract focuses on a specific phase of research, such as feasibility studies, initial design concepts, or component-level testing, rather than full system development and validation. If the expectation is for significant technological breakthroughs or a near-production-ready prototype within this timeframe, the risk of under-delivery or incomplete research is elevated. NASA's project management will be critical in ensuring that the defined objectives are achievable within this period.
How does this contract align with NASA's broader strategic goals in sustainable aviation and advanced propulsion research?
This contract directly aligns with NASA's strategic goals focused on advancing sustainable aviation and developing next-generation propulsion systems. NASA has a long-standing commitment to reducing the environmental impact of air travel, including efforts to achieve net-zero carbon emissions. Research into zero-emission technologies, such as hybrid-electric or fully electric propulsion, is a key component of this strategy. By funding the development of a zero-emission turbofan for personal jets, NASA is investing in innovative solutions that could contribute to cleaner, quieter, and more efficient aviation in the future. This aligns with NASA's aeronautics research mission to improve air transportation efficiency and environmental performance.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in Nanotechnology
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
Offers Received: 500
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 11 HIDDEN BRICK RD, HOPKINTON, MA, 01748
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $149,768
Exercised Options: $149,768
Current Obligation: $149,768
Actual Outlays: $99,845
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NOT OBTAINED - WAIVED
Timeline
Start Date: 2025-09-29
Current End Date: 2026-04-26
Potential End Date: 2026-04-26 00:00:00
Last Modified: 2026-04-02
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 →