Exception to Fair Opportunity J&A

SOL #: YOK-470Justification

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR YOKOSUKA
FPO, AP, 96349-1500, United States

Place of Performance

Place of performance not available

NAICS

Ship Building and Repairing (336611)

PSC

Non Nuclear Ship Repair (West) Ship Repair (Including Overhauls And Conversions) Performed On. Non Nuclear Propelled And Nonpropelled Ships West Of The 108th Meridian (J999)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 18, 2026

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy, specifically NAVSUP FLT LOG CTR YOKOSUKA, has issued a Justification for Exception to Fair Opportunity for OCONUS Emergent Maintenance on Littoral Combat Ships (LCS). This justification limits competition to Austal USA, LLC and Epsilon Systems Solutions, Inc. for urgent ship repair services. The notice was published on March 18, 2026.

Scope of Work

This requirement is for emergent maintenance ship repair services for LCS, addressing critical issues to support 5th & 7th fleet AOR operational requirements. Key urgent repairs include:

  • Main Propulsion Diesel Engine (MPDE) B Bank High Pressure (HP) Fuel Pump replacement
  • Hydraulic Prime Mover (HPM) Diesel Engine Fuel Injection Pump and Injectors replacement
  • Hydraulic Prime Mover (HPM) Engine Oil Replenishment Pump replacement
  • Number 2 Gas Turbine Stern Tube Shaft Seal Assembly replacement
  • Number 2 Shaft Thrust Bearing Block Lip Seals replacement
  • Number One Water Jet Hydraulic Reversing Cylinder Ram replacement
  • Number 2 WJ FU and NFU PFC200 Controller PLC Programming verification
  • Number 4 Water Jet Wago Board and Relays replacement

Contract Details

  • Type: Firm, Fixed-Price Order (anticipated)
  • Estimated Value: Implied to be above the simplified acquisition threshold.
  • Competition: Limited to Austal USA, LLC and Epsilon Systems Solutions, Inc. under existing Multiple Award Contracts (MACs N0002425D4212 and N0002425D4219, respectively).

Eligibility / Set-Aside

This is not a set-aside. Competition is limited to the two aforementioned contractors due to their unique and extensive recent experience with this class of ship, the specific repairs required, and location-specific challenges in Singapore. The government determined that providing fair opportunity to all MAC holders would result in unacceptable delays.

Evaluation

While LCS SEC West PT III has established labor and material rates, the Contracting Officer will utilize FAR 15.4 procedures to ensure best value for the government.

Additional Notes

This is an emergent maintenance requirement, which by definition is unforeseen. The government has stated its commitment to providing fair opportunity for all future planned availabilities. The primary point of contact is Cony Ng (cony.w.ng.ln@us.navy.mil).

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: Mar 18, 2026
Exception to Fair Opportunity J&A | GovScope