NASA's $2.5M CLAIRE contract for advanced spectrum control awarded to A10 Systems Inc
Contract Overview
Contract Amount: $2,499,282 ($2.5M)
Contractor: A10 Systems Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-04-06
End Date: 2028-04-05
Contract Duration: 730 days
Daily Burn Rate: $3.4K/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: CCRPP 80NSSC26C0027 CROSS LAYER SPECTRUM AWARE COGNITIVE CONTROL PLANE AND INTELLIGENT ROUTING ENGINE (CLAIRE)
Place of Performance
Location: LOWELL, MIDDLESEX County, MASSACHUSETTS, 01854
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.5 million to A10 SYSTEMS INC for work described as: CCRPP 80NSSC26C0027 CROSS LAYER SPECTRUM AWARE COGNITIVE CONTROL PLANE AND INTELLIGENT ROUTING ENGINE (CLAIRE) Key points: 1. Contract focuses on cutting-edge R&D for intelligent routing engines. 2. Potential for significant advancements in communication network efficiency. 3. Sole-source award raises questions about competitive pricing and value. 4. Long-term contract duration suggests a strategic, ongoing need. 5. Performance period extends over two years, indicating substantial development. 6. The contract's value is moderate within the R&D sector.
Value Assessment
Rating: questionable
Benchmarking the value of this definitive contract is challenging due to its specific R&D nature and sole-source award. Without comparable contracts or detailed cost breakdowns, assessing whether $2.5 million represents optimal value for the described 'CLAIRE' system is difficult. The fixed-price structure provides some cost certainty, but the lack of competition limits the ability to gauge market-driven pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis after exclusion of sources. This indicates that NASA identified a specific need that only A10 Systems Inc. could fulfill, or that the procurement process led to a single qualified bidder. The absence of broader competition means that price discovery through multiple bids was not leveraged, potentially leading to a higher cost than if it had been fully competed.
Taxpayer Impact: Taxpayers may not have received the benefit of competitive pricing, as the agency did not solicit multiple offers. This approach can be justified if the contractor possesses unique capabilities essential for the program's success.
Public Impact
The primary beneficiaries are NASA's research and development initiatives in advanced communication technologies. The contract will deliver an intelligent routing engine for spectrum-aware cognitive control. Geographic impact is likely limited to research facilities, with potential for broader application in future NASA missions. Workforce implications may include specialized R&D roles for engineers and scientists.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure on pricing.
- Lack of transparency in the justification for sole-sourcing.
- Potential for cost overruns if initial estimates are inaccurate for novel R&D.
Positive Signals
- Focus on advanced R&D aligns with NASA's innovation goals.
- Definitive contract structure allows for flexibility in task orders.
- A10 Systems Inc. may possess unique, critical expertise.
Sector Analysis
This contract falls within the Research and Development in the Physical, Engineering, and Life Sciences sector, specifically NAICS code 541715. This is a highly specialized area focused on innovation and technological advancement. Spending in this sector is driven by the need for novel solutions to complex problems, often involving significant upfront investment and long development cycles. Comparable spending benchmarks are difficult to establish due to the unique nature of R&D projects.
Small Business Impact
This contract does not appear to have a small business set-aside. Given the specialized nature of the R&D required for the CLAIRE system, it is unlikely that small businesses would be the primary recipients of subcontracting opportunities unless they possess highly niche expertise relevant to A10 Systems Inc.'s work. The focus is on a prime contractor with potentially advanced capabilities.
Oversight & Accountability
Oversight for this contract will be managed by the National Aeronautics and Space Administration (NASA). As a definitive contract, specific task orders will likely be subject to review and approval. Transparency regarding the sole-source justification and progress reports will be key indicators of accountability. NASA's internal audit and Inspector General offices would have jurisdiction for oversight.
Related Government Programs
- Advanced Communication Systems Research
- Cognitive Radio Technology Development
- Intelligent Network Routing
- Spectrum Management R&D
- NASA Space Communications Initiatives
Risk Flags
- Sole-source award lacks competitive pricing validation.
- R&D contracts carry inherent technical and cost uncertainty.
- Specific justification for sole-sourcing not publicly detailed.
Tags
research-and-development, nasa, a10-systems-inc, definitive-contract, sole-source, fixed-price, spectrum-management, intelligent-routing, communication-systems, massachusetts, r&d-services
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.5 million to A10 SYSTEMS INC. CCRPP 80NSSC26C0027 CROSS LAYER SPECTRUM AWARE COGNITIVE CONTROL PLANE AND INTELLIGENT ROUTING ENGINE (CLAIRE)
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 $2.5 million.
What is the period of performance?
Start: 2026-04-06. End: 2028-04-05.
What specific capabilities does A10 Systems Inc. possess that led to this sole-source award for the CLAIRE system?
The justification for a sole-source award typically stems from a contractor possessing unique capabilities, intellectual property, or specialized knowledge that is critical and not readily available from other sources. For the CLAIRE system, A10 Systems Inc. may have demonstrated proprietary technology in areas like cognitive control planes, intelligent routing algorithms, or spectrum-aware networking that NASA deems essential for this specific R&D effort. Without NASA's formal justification document, the precise reasons remain speculative, but it implies a significant technological advantage or a critical dependency on A10's existing work or expertise in this niche field.
How does the $2.5 million contract value compare to similar R&D efforts in advanced communication systems?
Directly comparing the $2.5 million value is challenging without more specific details on the scope and deliverables of the CLAIRE system. R&D contracts in advanced communication systems can vary dramatically in cost, ranging from a few hundred thousand dollars for feasibility studies to tens or hundreds of millions for large-scale system development. Given this is a definitive contract with a two-year performance period, $2.5 million suggests a focused R&D effort rather than a full-scale system production. It appears to be a moderate investment for developing a novel control plane and routing engine, but its true value depends on the technological breakthroughs it aims to achieve.
What are the primary risks associated with a sole-source R&D contract of this nature?
The primary risks associated with a sole-source R&D contract include potential overpayment due to lack of competitive pricing, limited innovation stemming from a single perspective, and contractor lock-in. For R&D, there's also the inherent risk of technical failure or the technology not meeting expectations, which is amplified when only one entity is pursuing the solution. If A10 Systems Inc. encounters significant technical hurdles or cost overruns, NASA has limited leverage compared to a competitive scenario where alternative solutions could be explored. Ensuring robust oversight and clear performance metrics is crucial to mitigate these risks.
What is the expected impact of the CLAIRE system on NASA's future communication capabilities?
The CLAIRE system, described as a 'Cross Layer Spectrum Aware Cognitive Control Plane and Intelligent Routing Engine,' is expected to significantly enhance NASA's communication capabilities by enabling more dynamic, efficient, and resilient use of the radio frequency spectrum. This technology could lead to adaptive networks that automatically adjust to changing spectrum conditions, optimize data flow, and avoid interference. Such advancements are critical for supporting increasingly complex missions, including deep space exploration, satellite constellations, and high-bandwidth data transmission, by ensuring reliable communication in potentially congested or challenging environments.
What historical spending patterns exist for similar R&D in spectrum management and intelligent routing at NASA?
NASA has a history of investing in advanced communication technologies, including spectrum management and intelligent routing, to support its diverse missions. While specific historical spending on 'cognitive control planes' like CLAIRE might not be publicly itemized, the agency has funded numerous R&D efforts in areas such as software-defined networking, adaptive spectrum access, and advanced signal processing. These investments are typically characterized by moderate contract values for early-stage research, often awarded through competitive grants or sole-source contracts to entities with unique expertise. The overall trend reflects a continuous push towards more autonomous, efficient, and adaptable communication systems for space and aeronautics.
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: $2,499,282
Exercised Options: $2,499,282
Current Obligation: $2,499,282
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2026-04-06
Current End Date: 2028-04-05
Potential End Date: 2028-04-05 00:00:00
Last Modified: 2026-04-02
More Contracts from A10 Systems Inc
- Sbir Phase II Contract #80nssc25c0039 Entitled "future Lunar Surface Comms Using Cognitive 3GPP Radio Access Networks for Ubiquitous Mission Success (fulcrum)" — $899.7K (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 →