NASA awards $175K R&D contract to XPLOSAFE LLC for lunar/Martian life support systems
Contract Overview
Contract Amount: $174,496 ($174.5K)
Contractor: Xplosafe LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-09-29
End Date: 2026-03-27
Contract Duration: 179 days
Daily Burn Rate: $975/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: PHASE I SBIR 80NSSC25C0408 REGENERABLE INTEGRATED TRACE CONTAMINANT CONTROL AND RAPID CYCLE AMINE SYSTEM FOR SUSTAINABLE LUNAR AND MARTIAN EVAS
Place of Performance
Location: STILLWATER, PAYNE County, OKLAHOMA, 74074
State: Oklahoma Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $174,496 to XPLOSAFE LLC for work described as: PHASE I SBIR 80NSSC25C0408 REGENERABLE INTEGRATED TRACE CONTAMINANT CONTROL AND RAPID CYCLE AMINE SYSTEM FOR SUSTAINABLE LUNAR AND MARTIAN EVAS Key points: 1. Contract focuses on innovative trace contaminant control for long-duration space missions. 2. Research and Development sector, specifically physical, engineering, and life sciences. 3. Firm Fixed Price contract type suggests defined scope and predictable costs. 4. Contract duration of 179 days indicates a focused, short-term research effort. 5. Small business participation is not a stated requirement for this contract. 6. Awarded by NASA, a leading agency in space exploration and technology development.
Value Assessment
Rating: fair
The contract value of $174,496 is relatively small for R&D in the aerospace sector. Benchmarking against similar SBIR Phase I contracts for early-stage research, this amount appears within a typical range. However, without specific details on the deliverables and the novelty of the proposed technology, a precise value-for-money assessment is challenging. The firm fixed-price nature provides cost certainty for this phase.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while a broad solicitation may have occurred, specific sources were excluded, potentially limiting the competitive pool. The exact reasons for exclusion are not detailed, but it suggests a targeted approach rather than a completely open market.
Taxpayer Impact: The limited competition may mean taxpayers did not benefit from the widest possible range of innovative solutions or the most competitive pricing that a fully open competition could have yielded.
Public Impact
Benefits NASA's long-term goals for sustainable human presence on the Moon and Mars. Delivers research and development for advanced life support technologies. Potential geographic impact is national, supporting US leadership in space exploration. Workforce implications include specialized R&D roles for scientists and engineers.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may restrict the range of innovative solutions considered.
- Lack of detail on specific performance metrics makes outcome assessment difficult.
- Short contract duration might limit the depth of research achievable.
Positive Signals
- Focus on critical life support technology for future space missions.
- Firm Fixed Price contract provides cost predictability.
- Award to a single entity allows for focused development.
Sector Analysis
This contract falls within the Research and Development sector, specifically focusing on physical, engineering, and life sciences. The aerospace R&D market is characterized by significant government investment, particularly from agencies like NASA, aimed at pushing technological boundaries for space exploration. Comparable spending benchmarks would typically involve other SBIR/STTR awards or direct R&D contracts for life support and environmental control systems, which can range from tens of thousands to millions of dollars depending on the phase and scope.
Small Business Impact
This contract was not set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. The contractor, XPLOSAFE LLC, is likely a small business given the SBIR program's typical focus, but this specific award mechanism ('FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES') and the lack of set-aside language mean small business participation is not guaranteed or mandated beyond the initial contractor selection.
Oversight & Accountability
Oversight for this contract would primarily reside with the National Aeronautics and Space Administration (NASA). As a definitive contract, it is subject to standard federal procurement regulations and oversight. Specific accountability measures would be defined in the contract terms, likely including progress reports and technical reviews. Transparency is generally maintained through contract databases, though detailed technical progress is often proprietary.
Related Government Programs
- SBIR Program
- NASA Space Technology Mission Directorate
- Advanced Life Support Systems Research
- Lunar and Mars Exploration Initiatives
Risk Flags
- Limited competition may reduce innovation and price competitiveness.
- Technical feasibility risk inherent in early-stage R&D.
- Short contract duration may limit the scope of research.
Tags
research-and-development, nasa, space-exploration, life-support-systems, firm-fixed-price, definitive-contract, limited-competition, small-business-focus-unclear, technology-development, aerospace
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $174,496 to XPLOSAFE LLC. PHASE I SBIR 80NSSC25C0408 REGENERABLE INTEGRATED TRACE CONTAMINANT CONTROL AND RAPID CYCLE AMINE SYSTEM FOR SUSTAINABLE LUNAR AND MARTIAN EVAS
Who is the contractor on this award?
The obligated recipient is XPLOSAFE LLC.
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 $174,496.
What is the period of performance?
Start: 2025-09-29. End: 2026-03-27.
What is the track record of XPLOSAFE LLC in securing and successfully completing federal R&D contracts, particularly with NASA?
Information regarding XPLOSAFE LLC's specific track record with federal contracts, especially NASA, is not readily available in the provided data snippet. A deeper analysis would require searching federal procurement databases like SAM.gov or FPDS for past awards, performance reviews, and any reported issues. The nature of this award, a Phase I SBIR, suggests it is likely an early-stage contract, potentially indicating a newer or less established contractor seeking to demonstrate its capabilities. Without historical data, assessing their past performance and reliability is speculative.
How does the $174,496 contract value compare to typical Phase I SBIR awards for similar R&D areas?
The contract value of $174,496 is within the typical range for a Phase I Small Business Innovation Research (SBIR) contract. Phase I awards are designed to fund feasibility studies and basic research, typically lasting 6 months and ranging from $50,000 to $200,000. This specific award aligns well with the upper end of that spectrum, suggesting NASA is investing a significant amount for this initial research phase. The amount reflects the scope of exploring a novel concept for trace contaminant control systems for extraterrestrial environments.
What are the primary risks associated with this specific R&D contract, and how are they mitigated?
Key risks include technical feasibility (will the proposed system work as intended?), schedule delays (research can be unpredictable), and potential cost overruns, although the Firm Fixed Price (FFP) contract type mitigates the latter for the government. The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' also introduces a risk of not selecting the absolute best solution if the exclusion criteria were too narrow. Mitigation strategies would involve rigorous technical oversight by NASA, clear milestones, and potentially requiring the contractor to demonstrate proof-of-concept early in the performance period.
What is the expected program effectiveness or impact of this contract on NASA's long-term space exploration goals?
The expected impact is significant for NASA's long-term goals. Developing a 'REGENERABLE INTEGRATED TRACE CONTAMINANT CONTROL AND RAPID CYCLE AMINE SYSTEM' is crucial for enabling sustainable human presence on the Moon and Mars. Current life support systems often rely on consumables or have limited lifespans. A regenerable system reduces resupply mass and volume, critical for long-duration missions where logistics are a major constraint. Success in this Phase I contract could pave the way for future development phases, leading to operational systems that enhance crew safety and mission endurance.
How does this contract's spending compare to historical NASA investments in life support R&D?
This $174,496 contract represents a small, targeted investment within NASA's broader portfolio for life support R&D. NASA historically invests hundreds of millions, if not billions, across various programs and directorates (e.g., Human Exploration and Operations, Space Technology Mission Directorate) in life support technologies over multi-year periods. This specific award is an early-stage research effort, likely part of a larger strategic initiative. Its value is in exploring a novel approach, not in representing the total R&D spend in this domain.
What does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' procurement method imply about the selection process and potential outcomes?
This procurement method suggests a nuanced approach to competition. 'Full and open competition' implies that all responsible sources were initially considered. However, the 'exclusion of sources' clause indicates that specific entities were deliberately removed from consideration before the final award decision. The reasons for exclusion are critical – they could range from national security concerns, prior performance issues, or specific technological requirements that only a limited number of firms could meet. This method aims to balance broad consideration with targeted selection, but it inherently limits the pool of bidders compared to a purely 'full and open' process, potentially impacting price discovery and the breadth of innovation.
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: 712 EASTGATE ST, STILLWATER, OK, 74074
Business Categories: Category Business, Limited Liability Corporation, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $174,496
Exercised Options: $174,496
Current Obligation: $174,496
Actual Outlays: $37,499
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2025-09-29
Current End Date: 2026-03-27
Potential End Date: 2026-03-27 00:00:00
Last Modified: 2026-04-09
More Contracts from Xplosafe LLC
- 80nssc25c0466 Vacuum-Regenerable Sorbent for Nasa's Exploration Portable Life Support System — $250.0K (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 →