Air Force awards $82.8M contract for air transportation, with SpaceX as the sole awardee
Contract Overview
Contract Amount: $82,859,439 ($82.9M)
Contractor: Space Exploration Technologies Corp.
Awarding Agency: Department of Defense
Start Date: 2025-06-27
End Date: 2027-04-13
Contract Duration: 655 days
Daily Burn Rate: $126.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: SEE ATTACHMENT 1 - PERFORMANCE WORK STATEMENT
Place of Performance
Location: EL SEGUNDO, LOS ANGELES County, CALIFORNIA, 90245
Plain-Language Summary
Department of Defense obligated $82.9 million to SPACE EXPLORATION TECHNOLOGIES CORP. for work described as: SEE ATTACHMENT 1 - PERFORMANCE WORK STATEMENT Key points: 1. The contract's firm-fixed-price structure aims to control costs for scheduled air freight services. 2. Competition was full and open, but only one bid was received, raising questions about market engagement. 3. Performance is rated as 'Satisfactory' (ST), indicating a need for close monitoring. 4. The contract duration of over two years suggests a need for sustained air transport capabilities. 5. The significant value of this award warrants scrutiny of pricing and value for money. 6. Geographic focus on California may indicate specific logistical needs or operational hubs.
Value Assessment
Rating: fair
The contract's firm-fixed-price nature provides cost certainty for the government. However, with only one bidder, it's difficult to benchmark pricing against competitive offers. The total award value of $82.8 million for approximately two years of service needs further analysis to determine if it represents a fair market price. Without comparable contract data or multiple bids, assessing value-for-money is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which is generally positive for price discovery. However, only one bid was received from Space Exploration Technologies Corp. This limited participation could indicate challenges in the market, insufficient outreach, or a lack of qualified bidders for this specific service requirement. The single bid limits the government's ability to leverage competitive pressure to secure the best possible pricing.
Taxpayer Impact: A single bid means taxpayers may not have benefited from the full range of competitive pricing that could have been achieved with more offers. This could potentially lead to higher costs than if multiple companies had vied for the contract.
Public Impact
The Department of the Air Force benefits from secured air transportation services for its logistical needs. This contract ensures the delivery of nonscheduled chartered freight air transportation, crucial for military operations. The primary geographic impact is within California, suggesting support for operations or deployments in that region. The contract supports the aerospace and logistics sectors, potentially involving specialized personnel for flight operations and cargo handling.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition despite full and open solicitation raises concerns about market dynamics and potential future pricing.
- The 'Satisfactory' performance rating requires diligent oversight to ensure service quality meets expectations.
- Lack of detailed cost breakdowns makes it difficult to fully assess the value proposition of the $82.8 million award.
Positive Signals
- Firm-fixed-price contract provides cost predictability for the duration of the award.
- Awarding to a known entity like SpaceX suggests a potentially reliable provider for specialized services.
- The contract duration allows for stable planning and execution of air transportation requirements.
Sector Analysis
This contract falls within the air transportation services sector, specifically for nonscheduled chartered freight. The aerospace industry, particularly companies involved in launch and cargo, often engages in such government contracts. The market for specialized air cargo can be competitive, but specific mission requirements or geographic limitations can sometimes lead to fewer bidders. Benchmarking this award against similar government air charter contracts would provide further context on pricing and service scope.
Small Business Impact
There is no indication of small business set-asides for this contract, nor is SpaceX a small business. Subcontracting opportunities for small businesses are not explicitly detailed in the provided data, but large prime contracts often include provisions for small business participation, which would need to be verified.
Oversight & Accountability
The firm-fixed-price contract type inherently provides some cost control. Oversight will likely involve contract performance management by the Air Force to ensure adherence to the Performance Work Statement (PWS). Transparency regarding the specific services rendered and the justification for the single bid would be beneficial. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Military Air Cargo Operations
- Aerospace Logistics Services
- Department of Defense Transportation Contracts
- Chartered Freight Services
Risk Flags
- Limited competition
- Satisfactory performance rating
- Potential for unbenchmarked pricing
Tags
transportation, air-cargo, department-of-defense, department-of-the-air-force, california, firm-fixed-price, delivery-order, full-and-open-competition, single-bid, space-exploration-technologies-corp, freight-transportation, nonscheduled-charter
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $82.9 million to SPACE EXPLORATION TECHNOLOGIES CORP.. SEE ATTACHMENT 1 - PERFORMANCE WORK STATEMENT
Who is the contractor on this award?
The obligated recipient is SPACE EXPLORATION TECHNOLOGIES CORP..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Air Force).
What is the total obligated amount?
The obligated amount is $82.9 million.
What is the period of performance?
Start: 2025-06-27. End: 2027-04-13.
What specific types of cargo or missions are anticipated under this air transportation contract?
The provided data indicates 'Nonscheduled Chartered Freight Air Transportation' (NA 481212). While the specific types of cargo are not detailed, this classification suggests the transport of goods or equipment that do not fit standard scheduled cargo routes or require specialized handling. Given the Department of Defense agency, potential cargo could include military equipment, supplies, personnel support items, or sensitive materials requiring rapid or unique deployment. The Performance Work Statement (PWS) would contain the definitive details on cargo types, weight, volume limitations, and any special handling requirements.
How does the $82.8 million award compare to historical spending for similar air transportation services by the Air Force?
To assess historical spending, one would need to analyze past contracts for nonscheduled chartered freight air transportation awarded by the Department of the Air Force or the broader Department of Defense. Key comparison points would include contract value, duration, service scope (e.g., routes, cargo capacity), and the number of bidders. Without access to historical contract databases or specific reports on air transportation spending, a direct comparison is not possible with the provided data. However, an award of this magnitude over approximately two years suggests significant and potentially recurring logistical needs.
What are the primary risks associated with a 'Satisfactory' performance rating and a sole-source award situation?
A 'Satisfactory' performance rating indicates that the contractor is meeting minimum requirements but may not be exceeding expectations or demonstrating exceptional performance. This necessitates diligent government oversight to ensure service quality does not degrade and that all contract terms are met. The risk is that minor issues could escalate if not proactively managed. A sole-source award (or in this case, a single bid under full and open competition) presents a different set of risks. The primary concern is the lack of competitive pressure, which could lead to suboptimal pricing and potentially less incentive for the contractor to innovate or provide superior service beyond the contract minimums. It also raises questions about the accessibility or attractiveness of the market for other potential bidders.
What is the track record of Space Exploration Technologies Corp. (SpaceX) in providing government air transportation services?
Space Exploration Technologies Corp. (SpaceX) is primarily known for its advancements in space launch and satellite deployment. While they have a strong track record in aerospace and complex logistics related to space missions, their direct experience as a provider of general nonscheduled chartered freight air transportation services for the Department of Defense, as distinct from their launch capabilities, is less publicly documented. This contract may represent a diversification or a specific application of their logistical expertise. Further investigation into their past performance on similar government contracts, beyond their core space operations, would be necessary to fully assess their track record in this specific domain.
What factors might have contributed to only one bid being submitted for this contract?
Several factors could explain the submission of only one bid. The specialized nature of nonscheduled chartered freight air transportation, particularly for defense purposes, might limit the number of qualified providers. The specific requirements outlined in the solicitation, such as aircraft type, capacity, operational tempo, or geographic coverage, could be highly restrictive. Additionally, the solicitation's timing, the perceived profitability or risk associated with the contract, or the administrative burden of bidding could have deterred other potential offerors. It's also possible that the market for such services is inherently concentrated, with few entities possessing the necessary capabilities and certifications.
Industry Classification
NAICS: Transportation and Warehousing › Nonscheduled Air Transportation › Nonscheduled Chartered Freight Air Transportation
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › TRANSPORTATION OF THINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1 ROCKET RD, HAWTHORNE, CA, 90250
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $86,133,864
Exercised Options: $82,859,439
Current Obligation: $82,859,439
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: FA881124DB003
IDV Type: IDC
Timeline
Start Date: 2025-06-27
Current End Date: 2027-04-13
Potential End Date: 2027-04-13 00:00:00
Last Modified: 2026-01-08
More Contracts from Space Exploration Technologies Corp.
- THE Commercial Crew Program (CCP) Commercial Crew Transportation Capability (cctcap) Contract Will Provide Completion of the Design, Development, Test, Evaluation, and Certification of an Integrated Crew Transportation System (CTS) Capable of Transporting Nasa Crew to and From the ISS, in Accordance With the Design Reference Missions and Nasa's Certification Standards and Requirements. Certification of the CTS Will BE Determined by Nasa. Nasa Plans to Issue Task Orders for Post Certification Missions (PCM) to and From ISS That Include Ground, Launch, Lifeboat, On-Orbit, Return and Recovery Operations. the Minimum Quantity of Missions to BE Ordered IS TWO (2) and the Maximum Potential Quantity of Missions Which MAY BE Ordered IS SIX (6). in Addition, Nasa MAY Issue Task Orders for Special Studies Used for Risk Reduction and Other Purposes Related to the CTS. Nasa Certification Under Clin 001 IS Complete When the Contractor's Crew Transportation System (CTS) HAS MET Nasa's Requirements for Safely Transporting Crew to and From the International Space Station (ISS) in Accordance With Documents Identified in Section C.1, Specifications/Statement of Work. Subclins 001A and 001B, Identified in Table B.3,Ddte/Certification Subclins, ARE Delivery Milestones That Represent Completion of Required Work Necessary to Achieve Nasa Certification. Delivery Payment for the ISS Design Certification Review (DCR) for the Crewed Flight to the ISS Includes ALL Work Under This Clin That Occurs From the Contract Effective Date Through the ISS DCR Completion. the Delivery Payment for the Certification Review (CR) Will Include ALL Work That Occurs From the ISS DCR Delivery Date Through the END of the Ddte/Certification Clin 001. in Accordance With Clause C.1, Specification/Statement of Work, the Task Ordering Procedures and Other Terms and Conditions in the Contract, the Contracting Officer MAY Issue Post Certification Mission (PCM) Task Orders. the Contractor Shall USE the Mission Pricing Rates Shown in Table B.4.1, Post Certification Mission Prices. the PER Mission Prices ARE for a Single Order AT the Price Stated PER the Calendar Year (CY) Based on the Number of Missions Ordered. CTS Full Mission Capability Prices Shall BE Based on (1) Fulfillment of the Design Reference Mission to the ISS Found in Cct-Drm-1110, Crew Transportation System Design Reference Missions, Attachment J-03, Contract Performance Work Statement, and Other Terms and Conditions in the Contract and (2) ALL Inherent CTS Capabilities That ARE Within the Proposed Mission Prices. in Accordance With Attachment J-03, Contract Performance Work Statement, the Task Ordering Procedures and Other Terms and Conditions in the Contract, the Contractor Shall Perform Special Studies, Test and Analyses, AS Initiated by Written Direction From the Contracting Officer. Spacex Cctcap Post Certification Missions 3-6(PCM-3-6) Task Order Against Nnk14ma74c Clin 002, AS Described in Clause B.4 Post Certification Missions (idiq)(clin 002) and ALL Other Applicable Terms and Conditions — $3.0B (National Aeronautics and Space Administration)
- Work Required for the Design, Development, Manufacture, Test, Launch, Demonstration, and Engineering Support of the Human Landing System (HLS) Integrated Lander — $3.0B (National Aeronautics and Space Administration)
- Design, Develop, Manufacture, Test, Integrate, Achieve Nasa Acceptance, Deliver, and Sustain ITS United States Deorbit Vehicle (usdv) Such That the Usdv CAN Perform the Final Deorbit of the International Space Station (ISS) — $425.6M (National Aeronautics and Space Administration)
- Evolved Expendable Launch Vehicle 1A-6 Launch Services — $313.8M (Department of Defense)
- National Security Space Launch Phase 3 Lane 1 — $307.7M (Department of Defense)
View all Space Exploration Technologies Corp. federal contracts →
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)