Justification and Approval for Use of Other Than Full and Open Competition - WFI Region 2

SOL #: JA-26-0009JustificationSole Source

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFAC SYSTEMS AND EXP WARFARE CTR
PORT HUENEME, CA, 93043-4301, United States

Place of Performance

Port Hueneme, CA

NAICS

Engineering Services (541330)

PSC

Other Architect And Engineering Services (C219)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 11, 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 NAVFAC SYSTEMS AND EXP WARFARE CTR, has posted a Justification and Approval (J&A) for the use of other than full and open competition. This J&A is for a six-month extension of contract N39430-20-D-2208, which provides Waterfront Facilities Inspection (WFI) and Assessment Architect-Engineer (A-E) Services in the Mid-Atlantic Region. The extension is a bridge contract to prevent a gap in critical services while a follow-on contract is being awarded. The follow-on contract is anticipated to be a competitive small business set-aside.

Scope of Work

The existing contract covers essential waterfront facilities inspection and assessment services for Department of War (DoW) facilities in the Mid-Atlantic Region (Virginia, Maryland, Washington D.C.). These services include underwater and above-water inspections, material condition assessments, and engineering/design support for sustainment, restoration, modernization, and military projects. These inspections are mandatory for regulatory compliance and are vital for maintaining the operational readiness and security of naval facilities handling sensitive materials.

Contract & Timeline

  • Contract Type: Justification for an extension of an existing IDIQ contract.
  • Existing Contract: N39430-20-D-2208, awarded to Marine Solutions, Inc.
  • Original IDIQ Period: February 12, 2020, to February 11, 2025.
  • Current Extension: February 12, 2025, to February 11, 2026.
  • Proposed Extension: Six months, from February 11, 2026, to August 11, 2026.
  • Justification Authority: 10 U.S.C 3204(a)(2) due to "Unusual and Compelling Urgency."
  • Funding: Anticipated from FY26 Operations & Maintenance, Navy (O&MN) funds.
  • Published Date: February 11, 2026.

Set-Aside

While the current extension is being awarded on a sole-source basis, the follow-on contract is anticipated to be a competitive small business set-aside, with an award expected by May 2026.

Evaluation

The J&A justifies the sole-source extension due to delays in awarding the follow-on contract, creating an urgent need to prevent a service gap. The incumbent contractor is deemed the only source capable of providing these specialized services without interruption, leveraging their existing knowledge and expertise. The cost for the extension is determined to be fair and reasonable.

Additional Notes

The contract ceiling will remain unchanged during the extension period. This J&A will be posted on SAM.gov within 30 days after the modification is awarded. Interested parties should monitor SAM.gov for the upcoming competitive small business set-aside for the follow-on contract.

Primary Contact: Alejandro L Lopez, alejandro.l.lopez11.civ@us.navy.mil, 5642265855.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Justification
Posted: Feb 11, 2026
Justification and Approval for Use of Other Than Full and Open Competition - WFI Region 2 | GovScope