USS SOMERSET J&A for RCC 229N
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, Southwest Regional Maintenance Center, has issued a Justification & Approval (J&A) for a sole source contract action to BAE Systems San Diego. This J&A is for adding a new work item to an existing contract (N00024-25-C-4415) for the USS SOMERSET (LPD 25) Fiscal Year 2025 (FY25) Docking Selected Restricted Availability (DSRA). The purpose is to address critical High Frequency (HF) terminal issues impacting the ship's communication system.
Scope of Work
- Work Item: 993-30-002 HF Terminal Mod Upgrade PC Temporary Service.
- Objective: Provide temporary support services for the upgrade of the High Frequency (HF) terminal equipment onboard the USS SOMERSET.
- Rationale: The upgrade is critical to maintain the ship's warfighting capability, as existing HF terminals are experiencing issues. This work must be completed during the DSRA window due to insufficient time before the vessel's operational deployment.
Contract & Timeline
- Contract Type: Firm-fixed-price.
- Estimated Value: $207,072.00.
- Funding: FY25 OPN (NIWC funded).
- Period of Performance: Anticipated duration of 65 days. The USS SOMERSET FY25 DSRA started September 18, 2025, with a delivery date of January 20, 2027.
- Published Date: April 10, 2026.
Justification for Sole Source
BAE Systems is deemed uniquely positioned to provide these services due to their ongoing work on the DSRA and other AIT repairs. Opening this requirement to competition would cause significant delays and duplication of costs. The original contract was awarded competitively, and a previous Sources Sought Notice received only one response. The statutory authority cited is 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1, indicating the requirement is available from only one responsible source.
Eligibility / Set-Aside
Not applicable, as this is a sole source justification.
Additional Notes
Future contracts of this nature will be awarded using full and open competition when appropriate.