NASA Awards $29.8M SBIR Phase III Contract to Katalyst Space Technologies for R&D
Contract Overview
Contract Amount: $29,800,000 ($29.8M)
Contractor: Katalyst Space Technologies, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-09-19
End Date: 2026-09-01
Contract Duration: 347 days
Daily Burn Rate: $85.9K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: R&D
Official Description: SBIR PHASE III - 80NSSC25C0510 - SWIFT SALVO
Place of Performance
Location: FLAGSTAFF, COCONINO County, ARIZONA, 86001
State: Arizona Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $29.8 million to KATALYST SPACE TECHNOLOGIES, LLC for work described as: SBIR PHASE III - 80NSSC25C0510 - SWIFT SALVO Key points: 1. Contract awarded to Katalyst Space Technologies, LLC for Research and Development. 2. The contract is a Definitive Contract with a Firm Fixed Price. 3. This award falls under NAICS code 541715, focusing on Physical, Engineering, and Life Sciences R&D. 4. The contract duration is 347 days, with an estimated completion date of September 1, 2026. 5. The award value is $29,800,000.
Value Assessment
Rating: questionable
The contract value of $29.8M for a 347-day duration appears high for a Phase III SBIR, especially given the lack of competition. Benchmarking against similar R&D contracts of this scope and duration is difficult without more detailed project information.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers compared to a competitive process.
Taxpayer Impact: The lack of competition for a significant $29.8M award raises concerns about whether the government secured the best possible price and value for taxpayer funds.
Public Impact
Significant federal investment in R&D through the SBIR program. Potential for technological advancements stemming from this contract. Lack of transparency due to sole-source award may limit public understanding of value. Focus on space technologies aligns with national priorities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award raises value concerns.
- High contract value for a non-competed R&D effort.
- Limited information on specific deliverables and success metrics.
Positive Signals
- Supports SBIR program goals.
- Potential for innovation in space technologies.
Sector Analysis
This contract falls within the Research and Development sector, specifically for Physical, Engineering, and Life Sciences. Spending in this sector is crucial for innovation but requires careful oversight to ensure value, especially in sole-source awards.
Small Business Impact
While this is an SBIR Phase III contract, which is intended to commercialize technologies developed by small businesses, the contract itself is awarded to Katalyst Space Technologies, LLC. Further analysis would be needed to confirm if this is a small business and if subcontracting opportunities exist.
Oversight & Accountability
The sole-source nature of this award warrants close oversight from NASA to ensure the contractor is meeting all performance requirements and that the pricing is justified. Transparency regarding the justification for the sole-source award is essential.
Related Government Programs
- Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Sole-source award.
- High contract value for a non-competed R&D effort.
- Limited public information on project scope and deliverables.
- Potential for cost overruns without competitive pressure.
Tags
research-and-development-in-the-physical, national-aeronautics-and-space-administr, az, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $29.8 million to KATALYST SPACE TECHNOLOGIES, LLC. SBIR PHASE III - 80NSSC25C0510 - SWIFT SALVO
Who is the contractor on this award?
The obligated recipient is KATALYST SPACE TECHNOLOGIES, 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 $29.8 million.
What is the period of performance?
Start: 2025-09-19. End: 2026-09-01.
What specific R&D activities will this $29.8M fund, and how do they align with NASA's strategic goals?
The contract details are limited, but it's an SBIR Phase III award for Katalyst Space Technologies, LLC. Phase III typically focuses on commercializing technologies developed in earlier SBIR phases. The specific R&D activities would likely pertain to advancing space-related technologies, potentially in areas like propulsion, satellite systems, or data analysis, aligning with NASA's broader mission objectives in space exploration and research.
What is the justification for awarding this substantial contract on a sole-source basis, and what steps were taken to ensure fair pricing?
The justification for a sole-source award is not provided in the data. Typically, this occurs when only one source is capable of meeting the requirement. NASA would need to document the rationale, such as unique capabilities or prior SBIR success. Without competition, ensuring fair pricing relies heavily on NASA's negotiation skills and potentially independent cost estimates.
How will the effectiveness and taxpayer value of this R&D investment be measured and reported?
Effectiveness will likely be measured by the successful commercialization of the technology developed in prior SBIR phases and its adoption or utility within NASA or the broader space industry. Taxpayer value is harder to quantify directly but would be assessed through milestones achieved, technological advancements, and potential economic benefits derived from the commercialized product or service.
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: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2201 N GEMINI DR STE 126, FLAGSTAFF, AZ, 86001
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $29,800,000
Exercised Options: $29,800,000
Current Obligation: $29,800,000
Actual Outlays: $19,700,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2025-09-19
Current End Date: 2026-09-01
Potential End Date: 2026-09-01 00:00:00
Last Modified: 2026-02-18
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 →