NASA awards $900K R&D contract for lunar communication systems to A10 Systems Inc
Contract Overview
Contract Amount: $899,668 ($899.7K)
Contractor: A10 Systems Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-07-16
End Date: 2027-07-27
Contract Duration: 741 days
Daily Burn Rate: $1.2K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 500
Pricing Type: FIRM FIXED PRICE
Sector: R&D
Official Description: SBIR PHASE II CONTRACT #80NSSC25C0039 ENTITLED "FUTURE LUNAR SURFACE COMMS USING COGNITIVE 3GPP RADIO ACCESS NETWORKS FOR UBIQUITOUS MISSION SUCCESS (FULCRUM)"
Place of Performance
Location: LOWELL, MIDDLESEX County, MASSACHUSETTS, 01854
Plain-Language Summary
National Aeronautics and Space Administration obligated $899,668 to A10 SYSTEMS INC for work described as: SBIR PHASE II CONTRACT #80NSSC25C0039 ENTITLED "FUTURE LUNAR SURFACE COMMS USING COGNITIVE 3GPP RADIO ACCESS NETWORKS FOR UBIQUITOUS MISSION SUCCESS (FULCRUM)" Key points: 1. Contract focuses on developing advanced 3GPP radio networks for lunar surface communications. 2. A10 Systems Inc. is the sole awardee for this specific research and development effort. 3. The contract duration is approximately two years, with a firm-fixed-price structure. 4. This award falls under the broad category of physical, engineering, and life sciences R&D. 5. The project aims to enhance communication reliability for future lunar missions.
Value Assessment
Rating: fair
The contract value of $899,668 for a two-year R&D effort is within a typical range for specialized technology development. Benchmarking against similar NASA SBIR Phase II contracts for advanced communication systems suggests this is a reasonable investment. However, without detailed cost breakdowns or comparisons to commercial off-the-shelf solutions for similar capabilities, a precise value-for-money assessment is challenging. The firm-fixed-price structure provides cost certainty for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating a specific justification for limiting the competitive pool. While not a sole-source award, the exclusion of other potential bidders suggests a targeted approach, possibly due to unique capabilities or prior research. The limited competition may reduce the pressure on pricing compared to a broad full-and-open solicitation.
Taxpayer Impact: The limited competition means taxpayers may not benefit from the lowest possible price achievable through a wider bidding process. However, it could also ensure that a highly specialized and capable contractor is selected for a critical research objective.
Public Impact
The primary beneficiaries are NASA and its future lunar exploration programs, which will gain enhanced communication capabilities. The contract will deliver research and development services for advanced cognitive 3GPP radio networks. The geographic impact is primarily within the United States, where A10 Systems Inc. is based, with potential future application on the lunar surface. Workforce implications include specialized R&D roles for engineers and scientists at A10 Systems Inc.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may restrict price discovery and potentially lead to higher costs for taxpayers.
- The firm-fixed-price contract, while providing cost certainty, could incentivize cost-cutting that might impact research quality if not closely monitored.
- The specific technical approach for 'cognitive 3GPP radio networks' requires careful technical oversight to ensure alignment with NASA's long-term goals.
Positive Signals
- The contract supports a critical area of technology development for future space exploration.
- A10 Systems Inc. is likely selected based on specific expertise relevant to the advanced communication needs.
- The firm-fixed-price contract structure offers budget predictability for NASA.
Sector Analysis
This contract falls within the Research and Development sector, specifically focusing on advanced communication technologies. The market for space-based communication systems is highly specialized, with significant investment from government agencies like NASA and the Department of Defense. Comparable spending benchmarks are difficult to establish precisely due to the unique nature of lunar communication R&D, but investments in terrestrial 5G and advanced wireless technologies provide a broad context for the technological advancements sought.
Small Business Impact
This contract was not set aside for small businesses, and A10 Systems Inc. is not identified as a small business in this context. There is no explicit mention of subcontracting requirements for small businesses within the provided data. Therefore, the direct impact on the small business ecosystem appears minimal for this specific award, though the technology developed could have broader applications.
Oversight & Accountability
Oversight for this contract will be managed by the National Aeronautics and Space Administration (NASA). As a firm-fixed-price contract, oversight will focus on technical progress, adherence to milestones, and final delivery of research outcomes. NASA's contracting officers and technical monitors will be responsible for ensuring accountability. Transparency is facilitated through contract award databases, though detailed project progress reports are typically internal.
Related Government Programs
- NASA SBIR/STTR Program
- Advanced Communications Research
- Lunar Exploration Technology Development
- Next-Generation Wireless Networks
Risk Flags
- Limited competition may impact price optimization.
- Technological feasibility risk in R&D.
- Potential for schedule slippage in research projects.
Tags
research-and-development, nasa, space-exploration, communications-technology, firm-fixed-price, definitive-contract, limited-competition, massachusetts, advanced-technology, lunar-surface
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $899,668 to A10 SYSTEMS INC. SBIR PHASE II CONTRACT #80NSSC25C0039 ENTITLED "FUTURE LUNAR SURFACE COMMS USING COGNITIVE 3GPP RADIO ACCESS NETWORKS FOR UBIQUITOUS MISSION SUCCESS (FULCRUM)"
Who is the contractor on this award?
The obligated recipient is A10 SYSTEMS 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 $899,668.
What is the period of performance?
Start: 2025-07-16. End: 2027-07-27.
What is the specific technical innovation proposed by A10 Systems Inc. for lunar surface communications?
The contract, "Future Lunar Surface Comms Using Cognitive 3GPP Radio Access Networks for Ubiquitous Mission Success (FULCRUM)", aims to leverage cognitive 3GPP (3rd Generation Partnership Project) radio access networks. This implies developing intelligent, adaptive wireless communication systems that can dynamically manage spectrum, optimize signal transmission, and ensure reliable connectivity in the challenging lunar environment. The 'cognitive' aspect suggests the system will be capable of learning and adapting to changing conditions, interference, and network demands, potentially improving bandwidth, reducing latency, and enhancing overall communication robustness for astronauts and robotic assets on the Moon.
How does the $899,668 contract value compare to similar R&D efforts in advanced communication systems?
The contract value of approximately $900,000 for a two-year R&D project is consistent with typical awards for NASA's Small Business Innovation Research (SBIR) or Small Business Technology Transfer (STTR) programs, or similar targeted research initiatives. While this specific award is not explicitly labeled as SBIR/STTR, its scope and value align with Phase II efforts that aim to mature promising technologies. Benchmarking against other advanced communication R&D contracts, particularly those involving specialized hardware and software development for harsh environments, suggests this is a moderate investment. Larger, system-level development contracts would naturally command significantly higher figures.
What are the primary risks associated with this contract and how are they being mitigated?
Key risks include technological feasibility (can the cognitive 3GPP network perform as expected on the Moon?), schedule delays (R&D projects are inherently uncertain), and potential cost overruns (though mitigated by firm-fixed-price). Mitigation strategies likely involve rigorous technical reviews, milestone-based payments, and close collaboration between NASA technical monitors and A10 Systems Inc. The limited competition also presents a risk of not achieving optimal pricing. NASA's oversight will be crucial in monitoring progress and addressing emergent challenges proactively to ensure the project stays on track and delivers the intended research outcomes.
What is the expected impact of this contract on NASA's long-term lunar exploration goals?
This contract is expected to significantly enhance NASA's capabilities for sustained lunar presence and exploration. Reliable, high-bandwidth communication is fundamental for astronaut safety, remote operation of equipment, data transmission from scientific instruments, and coordination between surface assets and orbiting spacecraft. By developing advanced, cognitive communication networks, NASA aims to overcome the limitations of current systems, enabling more complex missions, greater operational autonomy, and a more robust infrastructure for future lunar bases. This R&D directly supports the Artemis program's objectives for a long-term human presence on the Moon.
What is A10 Systems Inc.'s track record in government contracting, particularly with NASA?
Information regarding A10 Systems Inc.'s specific track record with NASA or other government agencies is not detailed in the provided data. However, the award of this contract suggests they possess the requisite technical expertise and capabilities to meet NASA's requirements for advanced communication R&D. Further investigation into their contract history, past performance evaluations, and previous awards would be necessary for a comprehensive assessment of their reliability and experience in delivering similar projects.
How does the 'Full and Open Competition After Exclusion of Sources' procurement method influence the outcome for taxpayers?
This procurement method, while allowing for some level of competition, is less competitive than a standard 'Full and Open' solicitation. It implies that NASA identified a specific need and potentially a limited number of sources capable of meeting it, leading to the exclusion of others. For taxpayers, this can mean a less competitive pricing environment compared to a scenario where numerous bidders vie for the contract. While NASA likely sought fair pricing, the absence of broader competition might result in a higher cost than could have been achieved otherwise. However, it can also ensure that a highly specialized capability is secured for a critical research objective.
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: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 500
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 491 DUTTON ST # 104, LOWELL, MA, 01854
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $899,668
Exercised Options: $899,668
Current Obligation: $899,668
Actual Outlays: $326,020
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2025-07-16
Current End Date: 2027-07-27
Potential End Date: 2027-07-27 00:00:00
Last Modified: 2026-04-08
More Contracts from A10 Systems Inc
- Ccrpp 80nssc26c0027 Cross Layer Spectrum Aware Cognitive Control Plane and Intelligent Routing Engine (claire) — $2.5M (National Aeronautics and Space Administration)
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 →