DoD's $42M Space Exploration Technologies Corp. contract for launch services awarded under full and open competition
Contract Overview
Contract Amount: $42,170,146 ($42.2M)
Contractor: Space Exploration Technologies Corp.
Awarding Agency: Department of Defense
Start Date: 2026-01-09
End Date: 2028-02-29
Contract Duration: 781 days
Daily Burn Rate: $54.0K/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 NTO-5
Place of Performance
Location: HAWTHORNE, LOS ANGELES County, CALIFORNIA, 90250
Plain-Language Summary
Department of Defense obligated $42.2 million to SPACE EXPLORATION TECHNOLOGIES CORP. for work described as: PHASE 3 LANE 1 LAUNCH SERVICE TASK ORDER (LSTO) FOR NTO-5 Key points: 1. Contract awarded for critical launch services, indicating a need for reliable space access. 2. Full and open competition suggests a robust market for these specialized services. 3. Fixed-price contract type helps mitigate cost overrun risks for the government. 4. Long duration of the contract (781 days) implies a sustained operational requirement. 5. Awarded by the Department of the Air Force, highlighting its role in national security space initiatives. 6. The contract is a delivery order, suggesting it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle.
Value Assessment
Rating: good
The contract value of $42.2 million for a Phase 3 launch service task order appears reasonable given the specialized nature of space launch. Benchmarking against similar launch service contracts is challenging due to unique mission requirements and payload specifics. However, the firm fixed-price structure provides cost certainty. The contract's duration and scope suggest it represents a significant portion of the overall service, making its value proposition important to assess.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple qualified vendors were solicited and allowed to bid. The specific number of bidders is not provided, but the designation suggests a competitive environment. This approach is generally expected to yield fair market pricing and encourage innovation among contractors vying for the award.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically drives down costs through market forces and ensures the government receives the best value for its investment in critical space launch capabilities.
Public Impact
The primary beneficiaries are the Department of Defense and potentially other government agencies requiring secure and reliable access to space. Services delivered include Phase 3 launch services, crucial for deploying satellites or other payloads into orbit. The geographic impact is national, supporting U.S. space dominance and national security objectives. Workforce implications include highly skilled engineers, technicians, and support staff within the aerospace sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for increased reliance on a single provider if competition was limited in practice despite being 'full and open'.
- Risk of scope creep or unforeseen technical challenges in complex space launch operations.
- Dependency on the contractor's ability to meet stringent launch schedules and performance requirements.
Positive Signals
- Award to SpaceX, a known leader in launch services, suggests a high likelihood of successful execution.
- Firm fixed-price contract provides cost predictability and limits the government's financial exposure.
- Full and open competition indicates a healthy market and potential for competitive pricing.
Sector Analysis
The aerospace and defense sector is characterized by high barriers to entry, significant R&D investment, and stringent regulatory requirements. Launch services represent a critical sub-segment, essential for national security, scientific research, and commercial satellite deployment. Spending in this area is driven by evolving technological capabilities and geopolitical considerations. Comparable spending benchmarks are difficult to establish precisely due to the unique nature of each launch mission, but this contract falls within the typical range for significant national security space launch procurements.
Small Business Impact
This contract does not appear to have a small business set-aside (ss=false, sb=false). Given the specialized and high-value nature of space launch services, it is common for such contracts to be awarded to large, established aerospace companies. There is no explicit indication of subcontracting requirements for small businesses within the provided data, which could limit opportunities for smaller firms in this specific procurement.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Air Force's contracting and program management offices. The firm fixed-price nature provides some inherent oversight by limiting the government's financial risk. Transparency is generally maintained through contract award announcements and reporting requirements. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- National Security Space Launch (NSSL)
- Space Force Launch Services
- Satellite Deployment Contracts
- Aerospace Technology Development
Risk Flags
- Potential for launch delays
- Technical performance risks
- Dependency on contractor's launch cadence
Tags
defense, department-of-defense, department-of-the-air-force, space-exploration-technologies-corp, spacex, launch-services, air-transportation, firm-fixed-price, delivery-order, full-and-open-competition, california, national-security
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $42.2 million to SPACE EXPLORATION TECHNOLOGIES CORP.. PHASE 3 LANE 1 LAUNCH SERVICE TASK ORDER (LSTO) FOR NTO-5
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 $42.2 million.
What is the period of performance?
Start: 2026-01-09. End: 2028-02-29.
What is the historical spending pattern for similar launch services by the Department of Defense?
The Department of Defense, particularly through the Space Force and Air Force, has consistently invested in launch services to ensure access to space for national security missions. Historically, spending has been significant, often involving large, multi-year contracts for reliable launch capabilities. Programs like the National Security Space Launch (NSSL) have been central to these efforts, awarding billions of dollars over the years to key providers like United Launch Alliance (ULA) and SpaceX. The trend has been towards increasing competition, with SpaceX emerging as a major player alongside established providers. This particular $42 million task order represents a specific instance of this ongoing investment, likely supporting a critical payload deployment or mission phase.
How does the pricing of this contract compare to other recent launch service awards?
Direct price comparison for launch services is complex due to varying mission requirements, payload masses, orbital destinations, and specific service inclusions (e.g., integration, testing, launch operations). However, SpaceX's track record suggests competitive pricing, often undercutting traditional providers. The $42.2 million for this Phase 3 LSTO, awarded under firm fixed price, should be evaluated against the specific mission profile it supports. If it involves a standard orbital insertion for a medium-sized payload, it might be considered competitive. Without knowing the exact mission parameters, a definitive benchmark is difficult, but the award to a company known for cost-efficiency is a positive indicator.
What are the key performance indicators (KPIs) for this launch service contract?
Key performance indicators for a launch service contract like this typically revolve around mission success, schedule adherence, and safety. Mission success would be defined by the successful delivery of the payload to the specified orbit. Schedule adherence would involve meeting critical launch windows and timelines. Safety KPIs would encompass launch vehicle safety, range safety, and personnel safety throughout the launch campaign. For a Phase 3 LSTO, specific technical performance metrics related to the launch vehicle's capabilities, such as payload capacity, accuracy of orbit insertion, and reliability, would also be crucial. The firm fixed-price nature implies that meeting these performance standards is paramount for the contractor to achieve profitability.
What is SpaceX's track record with Department of Defense launch contracts?
SpaceX has a strong and growing track record with Department of Defense (DoD) launch contracts. Initially facing challenges in obtaining certifications, SpaceX has since become a primary provider, often competing directly with United Launch Alliance (ULA) under programs like the National Security Space Launch (NSSL). They have successfully executed numerous national security missions, demonstrating reliability and cost-effectiveness. Their reusable rocket technology has also contributed to potentially lower launch costs. The DoD has increasingly relied on SpaceX for a variety of missions, including satellite deployments for intelligence, communication, and navigation purposes, indicating a high level of confidence in their capabilities.
What are the potential risks associated with this specific contract, and how are they mitigated?
Potential risks include technical failures during launch, schedule delays due to weather or technical issues, and cost overruns (though mitigated by the firm fixed-price structure). Geopolitical factors or changes in launch site availability could also pose risks. Mitigation strategies include rigorous testing and validation processes by SpaceX, adherence to strict safety protocols, contingency planning for launch windows, and the government's oversight through program management. The choice of SpaceX, a company with a proven launch record, also serves as a risk mitigation factor. Furthermore, the contract being a delivery order under a potentially larger IDIQ vehicle might offer flexibility if issues arise with this specific task order.
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: FA881125RB005
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: $321,347,180
Exercised Options: $162,448,486
Current Obligation: $42,170,146
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: FA881124DB003
IDV Type: IDC
Timeline
Start Date: 2026-01-09
Current End Date: 2028-02-29
Potential End Date: 2028-02-29 00:00:00
Last Modified: 2026-01-09
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)