USS AMERICA (LHA 6) FY26 DSRA A00020 Redacted J&A_RCC 259

SOL #: N0002425C4404_A00020SolicitationSole Source

Overview

Buyer

Dept Of Defense
Dept Of The Navy
SOUTHWEST REGIONAL MAINT CENTER
SAN DIEGO, CA, 92136-5205, United States

Place of Performance

San Diego, CA

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
May 15, 2026
2
Submission Deadline
May 30, 2026, 1:00 PM

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, SOUTHWEST REGIONAL MAINT CENTER, has issued a Justification and Approval (J&A) for a sole-source contract action. This action is to add a new work item, specifically a HALON/HFP Systems Flow Test, to an existing contract (N00024-25-C-4404) with National Steel and Shipbuilding Company (NASSCO). The work is for the USS America (LHA 6) during its Fiscal Year 2026 Docking Selected Restricted Availability (DSRA) in San Diego, CA. The J&A justifies awarding this work to NASSCO without full and open competition due to emergent requirements and critical schedule constraints.

Purpose & Scope

The J&A details the requirement for a HALON/HFP Systems Flow Test, which includes testing, certification, and potential remediation of the USS America's Halon firefighting system. This specific work item (555-30-001) is a mandatory safety prerequisite for operating the ship's main engines during critical testing and trials. Its completion is essential and must occur within narrow, time-sensitive windows to avoid significant delays to the overall DSRA schedule.

Contract Details

  • Contract Type: Firm Fixed Price modification to an existing contract.
  • Existing Contract: N00024-25-C-4404 with NASSCO.
  • Estimated Value: Funded by FY25 OPN (TYCOM funded).
  • Period of Performance: Work is scheduled intermittently from May 2026 through July 2026.
  • Overall DSRA Timeline: The USS America's DSRA commenced on November 20, 2025, with a projected delivery date of July 19, 2027.

Justification for Sole Source

The rationale for utilizing other than full and open competition is based on:

  • Urgency: The requirement emerged unexpectedly during the execution phase of the ship's availability.
  • Schedule Constraints: The work must be completed within specific, critical windows to prevent substantial delays to the ship's overall schedule, including vital engine testing and trials.
  • Incumbent Capability: NASSCO is identified as the only responsible source capable of performing this work within the required timeframe, given their role as the prime contractor for the DSRA and their unique access and integration capabilities.
  • Risk Mitigation: Pursuing a standard competitive procurement process would introduce unacceptable schedule delays and risks to the ship's availability.

Eligibility & Response

This document serves as a Justification and Approval for a sole-source award and is not a solicitation for proposals or bids. No set-aside designation applies. The original contract was awarded competitively, and the Contracting Officer has determined that the anticipated cost for this modification will be fair and reasonable.

Point of Contact

For any inquiries regarding this notice, please contact Trashon Herndon at Trashon.j.herndon.civ@us.navy.mil.

People

Points of Contact

Trashon HerndonPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: May 15, 2026
USS AMERICA (LHA 6) FY26 DSRA A00020 Redacted J&A_RCC 259 | GovScope