Universal Modular Mast (UMM) Redacted CJ&A
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 (NAVSEA HQ) has published a Justification for Other Than Full and Open Competition (JOFOC) for the Universal Modular Mast (UMM) program. This document justifies a sole-source award to L3-Harris for the production of UMM shipsets, spare parts, and associated engineering support for VIRGINIA and COLUMBIA Class submarines.
Purpose & Scope
The JOFOC details the requirement to procure up to ten (10) production shipsets for VIRGINIA New Construction Block VI and up to seven (7) production shipsets for COLUMBIA New Construction. It also covers Provisioned Item Orders (PIOs) for materials where the Government has limited data rights. The UMM is a critical non-hull penetrating mast system for these submarine classes.
Contract Details
- Type: Justification for Sole-Source Award
- Intended Awardee: L3-Harris
- Period of Performance: January 2025 through August 2031
- Contract Structure: One (1) base year and four (4) one-year options
- Authority Expiration: The class justification authority expires in December 2029.
Eligibility & Set-Aside
This justification is for a sole-source award to L3-Harris. The determination is based on L3-Harris being the only responsible source capable of meeting the agency's requirements due to proprietary knowledge, technical expertise, and specialized facilities. Previous market research, including Sources Sought Notices and synopses, yielded no responses from other potential offerors.
Additional Notes
The Government intends to develop a performance specification to support future competition for similar items. The Contracting Officer has determined the anticipated cost to be fair and reasonable.
Contact Information
- Primary Contact: Kathleen Dwyer
- Email: kathleen.t.dwyer.civ@us.navy.mil
- Phone: 2027810654