Placeholder task order for A-10 ASIP Support awarded to Southwest Research Institute for $13.6M
Contract Overview
Contract Amount: $13,636,118 ($13.6M)
Contractor: Southwest Research Institute
Awarding Agency: Department of Defense
Start Date: 2025-09-26
End Date: 2026-09-19
Contract Duration: 358 days
Daily Burn Rate: $38.1K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: R&D
Official Description: FY25 A-10 ASIP SUPPORT. THIS TASK ORDER IS A PLACEHOLDER TO MEET DAFFARS 5315.504(A)(2) AND WILL BE MODIFIED TO INCORPORATE THE A-10 ASIP SUPPORT REQUIREMENT LATER THIS FY.
Place of Performance
Location: HILL AFB, DAVIS County, UTAH, 84056
State: Utah Government Spending
Plain-Language Summary
Department of Defense obligated $13.6 million to SOUTHWEST RESEARCH INSTITUTE for work described as: FY25 A-10 ASIP SUPPORT. THIS TASK ORDER IS A PLACEHOLDER TO MEET DAFFARS 5315.504(A)(2) AND WILL BE MODIFIED TO INCORPORATE THE A-10 ASIP SUPPORT REQUIREMENT LATER THIS FY. Key points: 1. This is a placeholder task order, indicating future modification to incorporate the actual A-10 ASIP Support requirement. 2. The contract is a Firm Fixed Price (FFP) type, which shifts cost risk to the contractor. 3. Awarded to Southwest Research Institute, a known entity in research and development. 4. The contract duration is 358 days, suggesting a focused, short-term effort. 5. The North American Industry Classification System (NAICS) code 541715 points to R&D in physical, engineering, and life sciences. 6. The contract is for Delivery Order under an existing contract. 7. The task order is intended to meet a regulatory requirement for placeholder documentation.
Value Assessment
Rating: questionable
As this is a placeholder task order, a true value assessment is not yet possible. The stated value of $13.6 million is preliminary and subject to modification. Benchmarking against similar R&D support contracts for aircraft sustainment programs would be necessary once the full scope is defined. The FFP pricing structure is generally favorable for the government if the scope is well-defined, but the placeholder nature introduces uncertainty regarding the final cost.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to compete. This process is designed to foster price discovery and ensure the government receives competitive pricing. However, as this is a placeholder, the actual competition for the substantive A-10 ASIP Support requirement may differ.
Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down costs through market forces. This approach ensures that the government is not locked into a single provider without exploring all available options.
Public Impact
The primary beneficiaries will be the Department of the Air Force, specifically in their efforts to sustain the A-10 aircraft. The services delivered will eventually support the Airframe Sustainment and Improvement Program (ASIP) for the A-10. The geographic impact is likely concentrated where A-10 aircraft are based or maintained, with potential for national-level R&D support. Workforce implications will depend on the nature of the R&D and support activities, potentially involving specialized engineers and technical personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Placeholder nature of the award introduces uncertainty about the actual scope and final cost.
- The preliminary nature of the award means the true value and performance metrics are yet to be determined.
- Potential for scope creep or changes once the actual ASIP support requirements are incorporated.
Positive Signals
- Awarded under full and open competition, suggesting a competitive process.
- Firm Fixed Price contract type shifts cost risk to the contractor.
- Southwest Research Institute has a track record in R&D, implying technical capability.
Sector Analysis
This contract falls within the Research and Development sector, specifically focusing on engineering and physical sciences. The aerospace and defense industry heavily relies on R&D for aircraft sustainment, upgrades, and modernization. Comparable spending benchmarks would involve looking at other sustainment and R&D contracts for aging aircraft fleets within the Department of Defense.
Small Business Impact
The data indicates this contract was awarded under full and open competition and does not specify any small business set-aside. Therefore, there is no direct indication of small business participation at the prime contract level. Subcontracting opportunities for small businesses would depend on the specific requirements of the A-10 ASIP Support once defined and the subcontracting plans of Southwest Research Institute.
Oversight & Accountability
Oversight will be provided by the Department of the Air Force, likely through contracting officers and program managers. Transparency is partially addressed by the public award notice, but detailed oversight mechanisms for the placeholder itself are minimal. Once the substantive requirements are incorporated, more robust oversight related to performance, cost, and schedule will be implemented. Inspector General jurisdiction would apply to investigations of fraud, waste, or abuse.
Related Government Programs
- A-10 Thunderbolt II Sustainment Programs
- Air Force Research and Development Contracts
- Aerospace Engineering Services
- Aircraft Maintenance and Repair Contracts
Risk Flags
- Placeholder Award
- Uncertain Scope
- Preliminary Value
Tags
research-and-development, department-of-defense, department-of-the-air-force, delivery-order, firm-fixed-price, full-and-open-competition, aircraft-sustainment, placeholder-award, southwest-research-institute, utah
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $13.6 million to SOUTHWEST RESEARCH INSTITUTE. FY25 A-10 ASIP SUPPORT. THIS TASK ORDER IS A PLACEHOLDER TO MEET DAFFARS 5315.504(A)(2) AND WILL BE MODIFIED TO INCORPORATE THE A-10 ASIP SUPPORT REQUIREMENT LATER THIS FY.
Who is the contractor on this award?
The obligated recipient is SOUTHWEST RESEARCH INSTITUTE.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Air Force).
What is the total obligated amount?
The obligated amount is $13.6 million.
What is the period of performance?
Start: 2025-09-26. End: 2026-09-19.
What is the specific nature of the A-10 ASIP Support requirement that this placeholder task order is intended to cover?
The provided data indicates that this task order is a placeholder to meet regulatory requirements (DAFFARS 5315.504(a)(2)) and will be modified later in the fiscal year to incorporate the actual A-10 ASIP Support requirement. Therefore, the specific nature of the support is not yet defined in this placeholder award. It is expected to involve activities related to the Airframe Sustainment and Improvement Program for the A-10 aircraft, which could encompass engineering studies, technical data development, component improvements, or structural integrity assessments. Further details will be available once the modification is issued and the full scope of work is documented.
How does the preliminary value of $13.6 million compare to typical R&D support contracts for aging aircraft?
Without the specific details of the A-10 ASIP Support requirement, it is difficult to definitively benchmark the preliminary value of $13.6 million. However, R&D support for aging aircraft fleets can vary significantly based on complexity, duration, and the specific technologies or systems involved. Contracts for sustainment engineering, structural analysis, or component upgrades for platforms like the A-10 can range from a few million to tens of millions of dollars. This preliminary value suggests a moderate-sized effort, but its true comparability will only be known once the scope is finalized and compared against similar, well-defined sustainment R&D contracts within the DoD.
What are the potential risks associated with awarding a placeholder task order of this nature?
The primary risk with a placeholder task order is the uncertainty it introduces regarding the final scope, cost, and schedule. There's a risk of scope creep or misinterpretation once the actual requirements are incorporated, potentially leading to cost overruns or delays. Additionally, the initial competitive process might not perfectly align with the finalized requirements, potentially impacting the value obtained. The placeholder itself does not represent the true work, meaning performance metrics and contractor capabilities for the actual ASIP support are yet to be fully assessed under this specific award vehicle.
What is Southwest Research Institute's track record in supporting Air Force aircraft sustainment or R&D programs?
Southwest Research Institute (SwRI) is a well-established independent, nonprofit applied research and development organization. They have a significant history of performing work for the Department of Defense, including the Air Force, across various domains. Their expertise often includes areas relevant to aircraft sustainment, such as materials science, structural integrity, systems engineering, and advanced manufacturing. While specific details of their past performance on A-10 programs are not provided here, SwRI's general profile suggests they possess the technical capabilities and experience necessary for complex R&D and engineering support tasks common in aircraft sustainment.
How does the 'Full and Open Competition' award mechanism impact the government's ability to secure competitive pricing for the eventual A-10 ASIP Support?
Awarding under 'Full and Open Competition' is the government's preferred method for ensuring the widest possible participation from qualified contractors. This mechanism maximizes the potential for robust price discovery and encourages multiple bidders to offer their best pricing and technical solutions. For the eventual A-10 ASIP Support, this means the government has the opportunity to solicit proposals from all interested and capable sources, thereby increasing the likelihood of obtaining a competitive price. While this specific task order is a placeholder, the underlying contract vehicle or the future modification process is expected to leverage this competitive approach to benefit taxpayers.
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
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6220 CULEBRA RD, SAN ANTONIO, TX, 78238
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: $13,636,118
Exercised Options: $13,636,118
Current Obligation: $13,636,118
Subaward Activity
Number of Subawards: 2
Total Subaward Amount: $493,311
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: FA700025D0016
IDV Type: IDC
Timeline
Start Date: 2025-09-26
Current End Date: 2026-09-19
Potential End Date: 2026-09-19 00:00:00
Last Modified: 2025-09-19
More Contracts from Southwest Research Institute
- TAS::80 0120::TAS AS the Principal Investigator (PI) Institution for the Magnetospheric Multiscale (MMS) Instrument Suite Science Team (isst), the Contractor IS Responsible for Leading the Solving Magnetospheric Acceleration Reconnection and Turbulence (smart) Team Through ALL Mission Phases. the Scope of Work Shall Include, BUT NOT BE Limited, to the Following: - Manage the Smart Team Through Phases B Through E of the MMS Mission, - Defining Science Goals and Objectives - Assist the MMS Project and HQ Science Mission Directorate Heliophysics Division in the Preparation of Level 1 Requirements for the MMS Mission - Flow-Down of Top-Level Mission Requirements to the Appropriate Elements of the Instrument Suite - Design, Fabrication, Integration, Calibration, Testing and Delivery of Four Fully Qualified, Flight Instrument Suites to Observatory Integration and Test (I&T) Plus Spares - Design, Development, Integration and Testing of the SOC - Support Observatory-Level I&T Activities - Provide Sustaining Engineering and I&T Support of the Instrument Suites After Delivery to Nasa - Responsibility for the On-Orbit Operation, Health and Safety of the Instrument Suites - Responsibility for Operating and Maintaining the SOC Post-Launch - Establishing and Managing Subcontracts With Instrument Suite Team Members - Establishing and Maintaining the Required International Traffic in Arms Regulations (itar) and Export Control Documentation Necessary for Working With ITS International Team Members - Implementation of an EPO Program for the MMS Mission — $383.4M (National Aeronautics and Space Administration)
- THE National Aeronautics and Space Administration HAS Selected Juno NEW Frontiers Mission Under the Direction of Principal Investigator (PI) DR. Scott Bolton to Continue Development With the Expectation That the Juno Mission Will Enter Phase B in Early Fiscal Year 2006. the Juno Mission Will BE Managed by the Marshall Space Flight Center, NEW Frontiers Program Office. KEY Juno Team Members Include DR. Bolton's Home Institution, the Southwest Research Institute (swri), the Juno Implementation Team Leader JET Propulsion Laboratory (JPL) and the Spacecraft BUS Provider the Lockheed Martin Space Systems Division (lm/Ss). the PI'S Team AT Swri Needs to Begin Work on a Subset of Phase B Activities AS Early in FY06 AS Possible. This SOW Provides a List of Activities That ARE Necessary to Begin Work in FY06 and Their Associated Deliverables. the Juno Mission IS a Collaboration Between Southwest Research Institute (swri), JPL, Lockheed Martin (LM), and a Complementary Team of Universities and Field Centers. the Principal Investigator, DR. Scott Bolton, IS AT Southwest Research Institute (swri) and IS Responsible to Nasa for ALL Aspects of the Mission Including Achieving ALL Scientific Objectives and Mission Goals. JPL Provides the Project Manager WHO Oversees the Day-To-Day Management of the Project and Will Report to the PI. Principal Investigator (PI) DR. Scott Bolton IS Responsible to Nasa for Meeting the Scientific Objectives of the Juno Mission Within Cost and Schedule. AS PI, DR. Bolton HAS Direct Accountability to the Nasa NEW Frontiers Program Office for the Implementation of Juno. ALL Juno Science Co-Is, the Deputy PI and Project Scientist, the Science Investigation Office Manager, the E/PO Effort, the Juno Advisory Board and the PM Report Directly to DR. Bolton. the PI Delegates the Day-To-Day Management of the Project to the Project Manager (PM), Rick Grammier. the Project System Engineer, Payload Manager, Flight System Manager, Mission Manager, Science OPS Center, Business Manager, LM Contract CTM, and Mission Assurance Manager ALL Report Directly to the PM — $184.3M (National Aeronautics and Space Administration)
- NEW Horizon -- Pluto Mission Phase B — $166.9M (National Aeronautics and Space Administration)
- Under This Contract, the Contractor Will Provide the Personnel, Materials, Equipment, and Facilities Necessary to Produce the Polarimeter to Unify the Corona Heliosphere (punch) Phase a Concept Study. the Scope of This Effort Includes, BUT IS NOT Limited TO: 1. Principal Investigator Program Office 2. Instrument System Engineering, Including Instrument Mission Assurance 3. Design of a Flight Qualified Punch Instrument Meeting Mission and Science Requirements 4. Develop Plans in Support of Integration and Test of the Punch Instrument Flight System 5. Develop Plans in Support of Essential Field Operations 6. Develop Plans in Support of Launch Operations and Flight Operations 7. Develop Plans for Lead the Punch Science Investigation AS Well AS the Generation of Resulting Data Products the Contractor Shall Provide a Briefing on the Punch Science and Science Implementation Plan AT the Phase a Site Visit. the Contractor Shall Provide an Organization Chart Defining Contractor Roles and Responsibilities, Reporting Procedures, and ALL Lines of Authority. the Contractor Shall Participate in Defining the Relationships Between the Contractor's Program Office and the Nasa Explorers Program Office. the Contractor Shall Develop a Punch Instrument Systems Requirements Document and a Punch Mission Systems Requirements Document. the Contractor Will Also Develop Detailed Block Diagrams and Technical Descriptions of ALL Instrument Systems. the Contractor Will Conduct In-Depth Instrument-Level Reviews of the Proposed Instrument Design. They Will Conduct Essential Trade Studies, Analyses, Modeling and Simulations to Assure Compliance With Instrument Requirements. the Contractor Will Lead the Science Team and Develop an Instrument-Level Test Plan and Participate in Planning for Integration and Test. the Contractor Shall Prepare a Detailed Instrument Development Schedule Covering ALL Mission Phases, Listing Major Milestones, Including a Defined Critical Path and Schedule Reserves. the Contractor Will Prepare Updated Instrument Budgets AS Well AS Review and Approve the Overall Punch Budget. Finally, the Contractor Shall Prepare and Submit the Concept Study Report — $139.2M (National Aeronautics and Space Administration)
- TAS::80 0120::TAS the Contractor Shall BE Responsible for the Conduct of ALL Phases and Aspects of the Ibex Mission Including: 1) Life-Cycle Project Management; 2) Design, Test, Development, and Operations (payload, Spacecraft, Launch Vehicle, Spacecraft to Launch-Vehicle Interfaces, Launch and Flight Operations); and 3) Post-Operations Data Analysis and Archiving. in Performance of This Effort, the Ibex Team Shall: a. Manage the Project, Provide Cost and Schedule Information to Nasa AS Specified in 3.0 Management, Above. B. Provide Day-To-Day Management and Coordination of the Project AS Delegated by the PI to the Project Manager (PM), Including Monitoring and Reporting Technical Progress and Financial Status, Implementing the Risk Management Plan and Conducting Mission Level Reviews AS Specified in Section 4.3, System Level Reviews. C. Conduct Reviews for ALL Payload Sensors, Payload Support Infrastructure and Associated GSE. D. Perform Scientific Analyses in Support of the Mission Science Requirements. E. Perform Systems Engineering to Coordinate the Design of the Instrument Complement and Spacecraft BUS Components; and to Ensure the Compatibility of the Space-To-Ground and Network Communications. F. Perform Trade Studies to Eliminate and Mitigate Risks G. Deliver the Ibex Flight Segment to Vandenberg AIR Force Base (vafb), Support Integration With the Launch Vehicle, and Assist the Launch Operations; H. Establish the Mission Control Center (MCC) and Ibex Science Operations and Data Analysis Center (isoc) Including ALL Computers, Networks, and Operating Software, Instrument Databases and Procedures Necessary to Functionally Test and Later Control the Spacecraft; I. Hold Science Team Meetings AS Well AS Technical Interchange Meetings. J. Baseline the Science Requirements and Science Analysis Plan Into an Ibex Mission Definition Requirements Agreement (mdra) and the Ibex Data Management Plan. K. Implement an Approved Mission Assurance Plan. L. Implement a Systems Engineering Function to Verify Performance Specification Compliance to the Mission Science Requirements. M. Design, Fabricate, Integrate and Test the Payload, Spacecraft, Solid Rocket Motor and Launch Vehicle Adapter, and Integrate the Ibex Flight Segment With the Launch Vehicle. N. Implement a Safety Program Including the Generation of the Missile System Pre-Launch Safety Package (mspsp). O. Support Launch, Perform On-Orbit Checkout, and Establish On-Orbit Data Acquisition Contact With the Payload. Within the First 30 Days After Launch, Initial Engineering and Science Checkout and Verification of Spacecraft In-Flight Operation Will BE Performed. P. Provide the Services of the MCC and the Isoc. Q. Conduct the E/PO Program in Cooperation With the Identified Team Members — $116.1M (National Aeronautics and Space Administration)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)