NASA awards $56.9M contract to Charles Stark Draper Laboratory for lunar payload services
Contract Overview
Contract Amount: $56,933,211 ($56.9M)
Contractor: THE Charles Stark Draper Laboratory, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2022-07-21
End Date: 2026-04-30
Contract Duration: 1,379 days
Daily Burn Rate: $41.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: COMMERCIAL LUNAR PAYLOAD SERVICES (CLPS)TASK ORDER CP-12 CLPS PAYLOADS AND RESEARCH INVESTIGATIONS ON THE SURFACE OF THE MOON
Place of Performance
Location: CAMBRIDGE, MIDDLESEX County, MASSACHUSETTS, 02139
Plain-Language Summary
National Aeronautics and Space Administration obligated $56.9 million to THE CHARLES STARK DRAPER LABORATORY, INC. for work described as: COMMERCIAL LUNAR PAYLOAD SERVICES (CLPS)TASK ORDER CP-12 CLPS PAYLOADS AND RESEARCH INVESTIGATIONS ON THE SURFACE OF THE MOON Key points: 1. Contract awarded for critical lunar payload delivery and research services. 2. The contract is a firm-fixed-price delivery order under a larger program. 3. Competition was full and open after exclusion of sources, indicating a structured procurement process. 4. The contract duration is approximately 3.8 years, aligning with research and development timelines. 5. The awardee, Charles Stark Draper Laboratory, Inc., has a history of supporting complex aerospace projects. 6. This award contributes to NASA's broader Artemis program goals for lunar exploration.
Value Assessment
Rating: good
The contract value of $56.9 million for lunar payload services appears reasonable given the specialized nature of the work and the advanced technology required. Benchmarking against similar complex aerospace research and development contracts suggests that this pricing is within an expected range. The firm-fixed-price structure provides cost certainty for NASA, although it places the risk of cost overruns on the contractor. Further analysis would require detailed cost breakdowns and comparisons to specific, comparable lunar mission support contracts.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under a 'full and open competition after exclusion of sources' process. This suggests that while the competition was broad, there were specific criteria or pre-qualifications that may have narrowed the initial pool of potential bidders. The presence of 7 bids indicates a healthy level of interest and competition for this specialized service. This competitive approach is designed to ensure NASA receives the best value and technical solution.
Taxpayer Impact: A competitive bidding process helps ensure that taxpayer funds are used efficiently by driving down costs and encouraging innovative solutions from multiple offerors.
Public Impact
This contract directly supports NASA's scientific objectives for lunar exploration and research. The services provided will enable the delivery of payloads and conduct investigations on the lunar surface. The contract contributes to the advancement of space technology and scientific understanding of the Moon. It supports a specialized workforce in aerospace engineering, research, and payload integration.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen technical challenges arise during lunar missions.
- Dependence on a single contractor for critical payload delivery services could pose a risk if performance issues emerge.
Positive Signals
- Firm-fixed-price contract provides cost predictability for NASA.
- Award to an experienced contractor with a track record in aerospace.
- Competitive bidding process likely secured a strong technical solution at a fair price.
Sector Analysis
This contract falls within the aerospace and defense sector, specifically supporting space exploration initiatives. The Commercial Lunar Payload Services (CLPS) program itself represents a significant market for companies capable of developing and operating lunar landers and payloads. The total addressable market for CLPS is substantial, with NASA planning multiple missions. This contract is a component of that larger strategy, enabling specific scientific payloads to reach the lunar surface.
Small Business Impact
The contract was not set aside for small businesses, and there is no indication of specific subcontracting requirements for small businesses in the provided data. The awardee, Charles Stark Draper Laboratory, Inc., is a large organization. This suggests that the primary focus of this contract is on specialized technical capabilities rather than small business participation. Future CLPS task orders may offer opportunities for small business subcontractors.
Oversight & Accountability
Oversight for this contract will be managed by the National Aeronautics and Space Administration (NASA). As a delivery order under a larger program, it likely falls under existing program management and oversight structures. NASA's Inspector General's office would have jurisdiction to investigate any potential fraud, waste, or abuse. Transparency is generally maintained through contract awards and program updates, though specific performance metrics may not be publicly detailed.
Related Government Programs
- Commercial Lunar Payload Services (CLPS)
- Artemis Program
- NASA Science Mission Directorate
- Lunar Exploration Initiatives
Risk Flags
- Technical complexity of lunar operations
- Environmental challenges of the lunar surface
- Contractor performance risk
- Potential for launch or landing failures
Tags
space-exploration, nasa, commercial-lunar-payload-services, clps, charles-stark-draper-laboratory, firm-fixed-price, delivery-order, full-and-open-competition, aerospace, research-and-development, massachusetts, science
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $56.9 million to THE CHARLES STARK DRAPER LABORATORY, INC.. COMMERCIAL LUNAR PAYLOAD SERVICES (CLPS)TASK ORDER CP-12 CLPS PAYLOADS AND RESEARCH INVESTIGATIONS ON THE SURFACE OF THE MOON
Who is the contractor on this award?
The obligated recipient is THE CHARLES STARK DRAPER LABORATORY, 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 $56.9 million.
What is the period of performance?
Start: 2022-07-21. End: 2026-04-30.
What is the track record of The Charles Stark Draper Laboratory, Inc. in supporting NASA or similar space exploration missions?
The Charles Stark Draper Laboratory, Inc. has a long and distinguished history of supporting NASA and other government agencies in complex aerospace and defense programs. They are well-known for their expertise in guidance, navigation, and control (GNC) systems, inertial sensors, and complex system engineering. Draper has been involved in numerous space missions, including providing critical components and systems for programs like Apollo, Space Shuttle, and various robotic planetary missions. Their experience in developing and testing highly reliable systems for extreme environments makes them a suitable contractor for lunar payload services. This extensive background suggests a strong capability to execute the requirements of this CLPS task order successfully.
How does the $56.9 million contract value compare to other CLPS task orders or similar lunar payload delivery services?
The $56.9 million value for this CLPS task order is within the typical range for individual payload delivery missions under the CLPS program. NASA has awarded various task orders under the CLPS contracts, with values often ranging from tens of millions to over a hundred million dollars, depending on the complexity, payload mass, and mission duration. For instance, other CLPS awards have funded missions with similar objectives, such as delivering scientific instruments or demonstrating new technologies on the lunar surface. The firm-fixed-price nature of this award also contributes to its comparability, as it sets a clear budget ceiling. Without access to the specific Statement of Work and detailed cost breakdowns for this and other CLPS awards, a precise value-for-money assessment is challenging, but the awarded amount appears consistent with the program's established pricing structure.
What are the primary risks associated with this specific contract and the CLPS program in general?
The primary risks associated with this contract and the CLPS program are multifaceted. Technically, the harsh lunar environment presents significant challenges, including extreme temperatures, radiation, and abrasive dust, which can impact payload and lander functionality. Mission execution risks include launch failures, landing anomalies, and communication disruptions. For this specific contract, a key risk is the contractor's ability to successfully integrate and deliver the specified payloads, manage the complexities of lunar operations, and adhere to the firm-fixed-price budget. Programmatic risks include potential delays, cost overruns (though mitigated by FFP), and the overall success of NASA's strategy to leverage commercial services for lunar exploration. The success of the CLPS program relies heavily on the reliability and performance of commercial partners.
How effective is the CLPS program in achieving NASA's scientific and exploration goals for the Moon?
The CLPS program is designed to be a highly effective mechanism for achieving NASA's scientific and exploration goals by leveraging commercial capabilities. It allows NASA to procure lunar delivery services as needed, enabling a more agile and cost-effective approach compared to developing government-owned landers for every mission. This model fosters innovation within the commercial space sector and provides frequent opportunities to deliver a diverse range of scientific instruments and technology demonstrations to the lunar surface. While the program is still maturing and has faced some mission delays and challenges, it has successfully facilitated multiple scientific payloads and technology demonstrations. Its effectiveness is measured by its ability to provide regular, cost-efficient access to the lunar surface, thereby accelerating scientific discovery and paving the way for sustained human presence.
What are the historical spending patterns for lunar payload delivery services prior to the CLPS program?
Prior to the establishment of the CLPS program, NASA's spending on lunar payload delivery services was significantly different and generally much higher. Historically, NASA developed and operated its own lunar landers and spacecraft for missions like Apollo and subsequent robotic probes. This involved substantial in-house development costs, large government contracts for spacecraft manufacturing, and extensive mission operations. For example, the Apollo program represented a massive investment. Robotic missions, while less expensive than human missions, still required significant government funding for spacecraft design, construction, and launch. The CLPS program represents a paradigm shift, moving from government-led development to procuring services from commercial providers, aiming for greater cost-efficiency and faster mission cadence. Therefore, direct historical spending comparisons are difficult as the acquisition approach has fundamentally changed.
What is the significance of the 'full and open competition after exclusion of sources' procurement method for this contract?
The 'full and open competition after exclusion of sources' procurement method signifies a competitive process that aimed for broad participation but included specific criteria that may have excluded certain types of offerors or required pre-qualification. This approach is often used when a specific capability or technology is needed, and NASA wants to ensure that all qualified vendors have a chance to compete, while potentially setting standards that not all companies can meet. It differs from a standard 'full and open' competition where virtually any responsible source can bid. The 'exclusion of sources' implies that certain categories of offerors were deliberately not solicited or considered, perhaps due to specific technical requirements, existing partnerships, or program directives. This method seeks to balance broad competition with the need for specialized capabilities, aiming to secure the best value while ensuring a level playing field among eligible, highly qualified bidders.
Industry Classification
NAICS: Transportation and Warehousing › Nonscheduled Air Transportation › Nonscheduled Chartered Freight Air Transportation
Product/Service Code: RESEARCH AND DEVELOPMENT › Space R&D Services
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 555 TECHNOLOGY SQ, CAMBRIDGE, MA, 02139
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: $84,274,148
Exercised Options: $81,274,148
Current Obligation: $56,933,211
Actual Outlays: $43,314,148
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80HQTR19D0019
IDV Type: IDC
Timeline
Start Date: 2022-07-21
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-02-25
More Contracts from THE Charles Stark Draper Laboratory, Inc.
- TES Fy24--See Note a — $991.0M (Department of Defense)
- Guidance TES FY22 EO14042 — $679.0M (Department of Defense)
- Engineering Services — $584.2M (Department of Defense)
- Engineering Services — $533.2M (Department of Defense)
- UK Funding — $489.3M (Department of Defense)
View all THE Charles Stark Draper Laboratory, Inc. federal contracts →
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 →