DoD Awards $77M for SDA-3 Launch Services to SpaceX, Utilizing Full and Open Competition
Contract Overview
Contract Amount: $77,095,704 ($77.1M)
Contractor: Space Exploration Technologies Corp.
Awarding Agency: Department of Defense
Start Date: 2025-12-08
End Date: 2027-10-31
Contract Duration: 692 days
Daily Burn Rate: $111.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: PHASE 3 LANE 1 LAUNCH SERVICE TASK ORDER (LSTO) FOR SDA-3
Place of Performance
Location: HAWTHORNE, LOS ANGELES County, CALIFORNIA, 90250
Plain-Language Summary
Department of Defense obligated $77.1 million to SPACE EXPLORATION TECHNOLOGIES CORP. for work described as: PHASE 3 LANE 1 LAUNCH SERVICE TASK ORDER (LSTO) FOR SDA-3 Key points: 1. Significant contract value for critical space launch services. 2. SpaceX, a major player, secured the award. 3. Potential risks include launch delays and cost overruns. 4. Sector is highly specialized aerospace and defense.
Value Assessment
Rating: good
The contract value of $77.1M for a 692-day duration appears reasonable for specialized launch services. Benchmarking against similar complex launch contracts is difficult due to unique mission requirements and provider capabilities.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The award was made under full and open competition, suggesting a competitive bidding process. This method is expected to drive price discovery and ensure fair market value for the services.
Taxpayer Impact: Taxpayer funds are being used for essential national security space launch capabilities, with competition aiming for cost-effectiveness.
Public Impact
Ensures continued access to space for critical national security assets. Supports the Space Development Agency's (SDA) mission objectives. Highlights the role of private sector innovation in defense.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Dependence on a single provider for critical launch services.
- Potential for schedule slippage impacting SDA timelines.
- Geopolitical risks affecting launch operations or supply chains.
Positive Signals
- Awarded through full and open competition.
- Utilizes a firm-fixed-price contract type.
- Supports a key national security program.
Sector Analysis
This contract falls within the aerospace and defense sector, specifically focusing on launch services for satellite constellations. Spending in this area is driven by national security priorities and technological advancements in space capabilities.
Small Business Impact
The contract was awarded to SpaceX, a large aerospace corporation. There is no indication of small business participation in this specific task order, which is common for highly specialized, large-scale launch contracts.
Oversight & Accountability
The Department of the Air Force is responsible for oversight. The firm-fixed-price contract type provides some cost control, but performance monitoring will be crucial to ensure timely delivery and mission success.
Related Government Programs
- Nonscheduled Chartered Freight Air Transportation
- Department of Defense Contracting
- Department of the Air Force Programs
Risk Flags
- Dependence on a single provider for critical launch services.
- Potential for launch delays impacting program timelines.
- Geopolitical risks affecting launch operations.
- Supply chain vulnerabilities for specialized components.
Tags
nonscheduled-chartered-freight-air-trans, department-of-defense, ca, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $77.1 million to SPACE EXPLORATION TECHNOLOGIES CORP.. PHASE 3 LANE 1 LAUNCH SERVICE TASK ORDER (LSTO) FOR SDA-3
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 $77.1 million.
What is the period of performance?
Start: 2025-12-08. End: 2027-10-31.
What is the benchmark cost per launch for similar SDA missions?
Benchmarking the cost per launch for similar SDA missions is challenging due to the highly specialized nature of these requirements and the limited number of providers capable of meeting them. Factors like payload mass, orbital destination, and specific mission assurance levels significantly influence pricing. While $77.1M for multiple launches over a period suggests a substantial investment, a precise benchmark is difficult without access to proprietary bid data from comparable competitive procurements.
What are the primary risks associated with SpaceX's sole-source provision of launch services for SDA-3?
While this specific task order was awarded under full and open competition, the broader reliance on SpaceX for critical launch services presents risks. These include potential launch failures, schedule delays impacting SDA's constellation deployment, and dependence on a single provider's operational status and strategic decisions. Geopolitical factors or supply chain disruptions affecting SpaceX could also pose risks to mission continuity.
How effectively does the firm-fixed-price contract type ensure value for taxpayer money in this context?
The firm-fixed-price (FFP) contract type is designed to provide cost certainty for the government and incentivize the contractor to manage costs efficiently. For launch services, FFP helps mitigate cost overrun risks for the government, as SpaceX assumes most of the financial risk. However, the initial price must be competitive, and effective oversight is still needed to ensure performance standards are met and that the price reflects true market value.
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
Solicitation ID: FA881125RB006
Offers Received: 1
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: $162,971,408
Exercised Options: $77,095,704
Current Obligation: $77,095,704
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: FA881124DB003
IDV Type: IDC
Timeline
Start Date: 2025-12-08
Current End Date: 2027-10-31
Potential End Date: 2027-10-31 00:00:00
Last Modified: 2025-12-19
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)