USNS GRASP (T-ARS 51)
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, Military Sealift Command (MSC) Norfolk, has published a Justification and Approval (J&A) for other than full and open competition for modifications to an existing contract (N3220526C0502) related to the Regular Overhaul and Dry Docking of the USNS GRASP (ARS 51). These modifications are being awarded to JAG INDUSTRIAL SERVICES, INC. due to unusual and compelling urgency (10 U.S.C 3204(a)(2)) to address critical deficiencies and ensure the vessel's mission readiness.
Scope of Work
The modifications include:
- Performing a Regular Overhaul and Dry Docking of the USNS GRASP (ARS 51).
- Incorporating work items necessary to meet regulatory standards set by the U.S. Navy, U.S. Coast Guard, and American Bureau of Shipping.
- Extending the period of performance for the existing contract.
- Specific items include installations (e.g., Galley Oven) and services (e.g., Servicing Ship 20 Power Binoculars 'Big Eyes').
Contract Details
- Original Contract: N3220526C0502, competitively awarded on December 8, 2025, with performance from January 13, 2026, to March 13, 2026.
- Current Action: Justification for modifications to the existing contract.
- Awardee for Modifications: JAG INDUSTRIAL SERVICES, INC.
- Funding: Estimated dollar value for these work items will be funded by Fiscal Year 2026 Operations and Maintenance, Navy (O&M,N) funds.
- J&A Authority: Expires one year after approval.
- Set-Aside: The original contract was competitively awarded as a Total Small Business Set-Aside. The current modifications are justified for other than full and open competition due to unusual and compelling urgency.
Rationale for Other Than Full and Open Competition
Inspections identified critical deficiencies requiring immediate repair to meet Safety Management System objectives and maintain Operational Availability. Competitively soliciting these new work items is not feasible due to a significant lead time (381 days), which would severely delay the vessel's return to a mission-ready posture and incur substantial daily costs to the government.
Additional Notes
The government anticipates obtaining a technical data package or performance specification to support future competition for similar items. A presolicitation notice was posted on SAM.gov on June 11, 2025, and the original award notice on December 8, 2025. The Contracting Officer has determined the anticipated cost to be fair and reasonable.
Contact Information
- Primary: Brett Yarbrough (edward.b.yarbrough.civ@us.navy.mil)
- Secondary: Raymond Gardner (raymond.f.gardner.civ@us.navy.mil, 5642263191)