NASA Awards $4.89M for Lunar Volatiles Modeling to Space Science Institute
Contract Overview
Contract Amount: $48,926 ($48.9K)
Contractor: Space Science Institute
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-05-01
End Date: 2027-04-30
Contract Duration: 729 days
Daily Burn Rate: $67/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: R&D
Official Description: THIS WORK REQUIRES THE DEVELOPMENT AND CUSTOMIZATION OF SUBLIMATION/DESORPTION AND OUTGASSING MODELS FOR LUNAR VOLATILES SPECIFIC TO THE CLPS-MNP PROJECT.
Place of Performance
Location: BOULDER, BOULDER County, COLORADO, 80301
State: Colorado Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $48,926 to SPACE SCIENCE INSTITUTE for work described as: THIS WORK REQUIRES THE DEVELOPMENT AND CUSTOMIZATION OF SUBLIMATION/DESORPTION AND OUTGASSING MODELS FOR LUNAR VOLATILES SPECIFIC TO THE CLPS-MNP PROJECT. Key points: 1. Contract focuses on specialized lunar volatile modeling for CLPS-MNP. 2. Sole-source award to Space Science Institute, raising competition concerns. 3. High-risk R&D in physical sciences, with potential for significant scientific discovery. 4. Sector is R&D, specifically space science and lunar exploration.
Value Assessment
Rating: questionable
The contract value of $4.89M for a 729-day R&D effort is difficult to benchmark without comparable sole-source awards. The firm fixed-price structure suggests some cost certainty, but the specialized nature of the work may limit direct comparisons.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under SAP, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers compared to a competitive process.
Taxpayer Impact: The sole-source nature of this award may result in a higher cost to taxpayers than if the contract had been competitively bid.
Public Impact
Advances understanding of lunar resources, potentially impacting future space missions. Supports NASA's CLPS-MNP project, contributing to broader lunar exploration goals. Investment in specialized scientific research with long-term implications for space science.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- Specialized R&D may have uncertain outcomes and high costs.
- Lack of small business participation noted.
Positive Signals
- Addresses critical research needs for lunar exploration.
- Supports a specific project with clear scientific objectives.
- Firm fixed-price contract provides cost predictability.
Sector Analysis
This contract falls within the Research and Development in the Physical, Engineering, and Life Sciences sector, specifically focusing on space science. Spending in this niche area is driven by agency research priorities and the unique capabilities of specialized research institutions.
Small Business Impact
The data indicates no specific mention of small business participation in this contract. Given the specialized nature of the research and the sole-source award, opportunities for small businesses may have been limited.
Oversight & Accountability
The award is managed by NASA, which has established oversight mechanisms for R&D contracts. However, the sole-source nature warrants close monitoring to ensure the value and progress align with the stated objectives.
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
- Sole-source award
- Limited competition
- High-risk R&D
- Lack of small business consideration
- Potential for cost overruns
Tags
research-and-development-in-the-physical, national-aeronautics-and-space-administr, co, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $48,926 to SPACE SCIENCE INSTITUTE. THIS WORK REQUIRES THE DEVELOPMENT AND CUSTOMIZATION OF SUBLIMATION/DESORPTION AND OUTGASSING MODELS FOR LUNAR VOLATILES SPECIFIC TO THE CLPS-MNP PROJECT.
Who is the contractor on this award?
The obligated recipient is SPACE SCIENCE INSTITUTE.
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 $48,926.
What is the period of performance?
Start: 2025-05-01. End: 2027-04-30.
What is the justification for the sole-source award, and were any alternative competitive strategies considered?
The justification for a sole-source award typically involves unique capabilities, critical timing, or a lack of other responsible sources. For this contract, the specialized nature of developing sublimation/desorption and outgassing models for lunar volatiles specific to the CLPS-MNP project likely formed the basis. NASA would have had to document why only the Space Science Institute could perform this work effectively and within the required timeframe.
How will NASA ensure the effectiveness and scientific validity of the developed lunar volatile models?
NASA will likely ensure effectiveness through rigorous review processes, milestone-based payments tied to deliverables, and potentially independent scientific peer reviews. The agency's program managers will oversee the project's progress, ensuring the models meet the technical requirements and contribute meaningfully to the CLPS-MNP project's objectives and broader lunar science goals.
What is the potential long-term impact of these lunar volatile models on future space exploration and resource utilization?
Accurate models of lunar volatiles are crucial for understanding resource availability (like water ice), planning in-situ resource utilization (ISRU), and designing effective life support systems for future human missions. These models can inform landing site selection, mission architecture, and the feasibility of sustainable lunar bases, significantly impacting the efficiency and cost-effectiveness of long-term space exploration.
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: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 80NSSC25904947Q
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4765 WALNUT ST STE B, BOULDER, CO, 80301
Business Categories: Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $70,399
Exercised Options: $48,926
Current Obligation: $48,926
Actual Outlays: $7,963
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-05-01
Current End Date: 2027-04-30
Potential End Date: 2027-04-30 00:00:00
Last Modified: 2026-04-09
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 →