Redacted Class Jusitfication & Approval 21,936 for DDG 1000 and DDG 1001 Modernization Period Planning
ID: N00024-23-C-2324-RedactedCJAType: Justification
AwardedJan 6, 2023
Award #:N00024-23-C-2324
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

PSC

COMBAT SHIPS AND LANDING VESSELS (1905)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Class Justification and Approval for the modernization and maintenance of USS ZUMWALT (DDG 1000) and USS MICHAEL MONSOOR (DDG 1001), limiting competition to Huntington Ingalls Incorporated (HII), Ingalls Shipbuilding Division. The procurement focuses on the removal of Advanced Gun System mounts and the installation of Conventional Prompt Strike capable Large Missile Vertical Launch Systems on both destroyers, with modernization for DDG 1000 scheduled from October 2023 to June 2025, and for DDG 1001 from FY26 to FY28. This acquisition is critical due to the technical complexity involved and the need to avoid operational delays, as alternative sources lack the necessary experience and resources, which could jeopardize the project timeline and efficiency. Interested parties can contact Christopher Pellecer at christopher.pellecer@navy.mil or Devon Peck at devon.l.peck.civ@us.navy.mil for further information, with the acquisition valid until September 30, 2028.

    Files
    Title
    Posted
    The Naval Sea Systems Command (NAVSEA) is issuing a Class Justification and Approval (CJ&A) to limit competition for the modernization and maintenance of USS ZUMWALT (DDG 1000) and USS MICHAEL MONSOOR (DDG 1001) to Huntington Ingalls Incorporated (HII), Ingalls Shipbuilding Division. This acquisition, valid until September 30, 2028, focuses on removing Advanced Gun System (AGS) mounts and installing Conventional Prompt Strike (CPS) capable Large Missile Vertical Launch Systems (LMVLS) on both destroyers. The DDG 1000's modernization is scheduled from October 2023 to June 2025, while DDG 1001's is planned for FY26 to FY28. The maintenance scope includes essential repairs to the hull, shafts, tanks, generators, and other critical components, prioritized to avoid interference with the CPS installation. This sole-source approach is justified by the significant technical complexity, similar to new construction efforts, and the lack of relevant experience and resources in other repair yards. Any alternative source would cause substantial delays and risks to operational requirements, as well as loss of efficiency and learning from previous work. The decision to use a single shipyard, HII, aims to mitigate execution risks due to the unique nature of the DDG 1000 Class ships and the intricate CPS installation.
    Similar Opportunities
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This sole source contract action aims to add a new work item to an existing firm fixed price contract with NASSCO, which is currently performing urgent ship repairs in its shipyard, making it impractical for other companies to undertake the necessary work. The availability is critical for completing essential upgrades before deployment, ensuring the ship's operational capability and mission readiness. Interested parties can contact Kristin Porter at kristin.n.porter2.civ@us.navy.mil or 619-571-5701 for further details regarding this procurement.
    FY27-31 Zumwalt Combat System (ZCS) Sustainment and Modernization (SAM)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is planning to award a follow-on contract for the sustainment and modernization of the Zumwalt Combat System (ZCS) for the DDG 1000 Class, primarily to Raytheon Technologies (RTX) in Tewksbury, Massachusetts. This contract will encompass critical sustainment engineering, design, integration, testing, software development, and logistics support, with a five-year performance period consisting of one base year and four option years, anticipated to commence in Fiscal Year 2027. The ZCS is vital for maintaining the operational readiness and modernization of the Navy's advanced combat systems, and RTX is deemed the only responsible source capable of fulfilling these complex requirements without causing delays. Interested parties may submit capability statements or proposals by 3:00 PM EST on January 5, 2026, to the designated contacts, including Elaine Zhong at elaine.zhong.mil@us.navy.mil.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the USS CURTIS WILBUR, a guided missile destroyer, ensuring it meets the Navy's operational standards. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701, or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil or 619-261-5728 for further details.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.
    USS PINCKNEY )DDG-91) N00024-21-C-4478 MOD A00097
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is executing a sole-source contract action for the USS PINCKNEY (DDG-91) Fiscal Year 2022 Depot Modernization Period (DMP) with National Steel and Shipbuilding Company (NASSCO). This procurement involves adding a new work item, specifically a Hot Work Notification and Authorization, to an existing firm fixed price contract (N00024-21-C-4478). The justification for this sole-source action is based on the availability of services from only one responsible source, as outlined in statutory authority 10 U.S.C. 3204(b)(B). Interested parties can reach out to Jonathon Mata at jonathon.f.mata.civ@us.navy.mil or Erik Lyons at erik.s.lyons.civ@us.navy.mil for further inquiries. Funding for this work will be sourced from FY23 OPN, and the approval for this action was granted by the Administrative Contracting Officer.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for the maintenance and operational readiness of the USS CURTIS WILBUR, a guided missile destroyer, and will take place in San Diego, California. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This sole source contract action aims to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of the USS CURTIS WILBUR, ensuring its operational readiness and longevity. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG-105) during its scheduled maintenance period from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Eligible contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and are required to manage Government Furnished Material (GFM) while adhering to strict NAVSEA and SRF-JRMC standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring they meet the necessary safety and performance standards. Proposals are due by January 2, 2026, with access to work specifications available through DoD SAFE upon request by December 22, 2025; interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information.
    Justification and Approval - N4523A23C0561
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair, maintenance, and modernization of the USS SAMPSON (DDG 102) as part of its Fiscal Year 2023 Selected Restricted Availability. This opportunity involves a contract awarded under the Justification and Approval process, focusing on non-nuclear ship repair services at the Puget Sound Naval Shipyard in Everett, Washington. The successful contractor will play a crucial role in ensuring the operational readiness and longevity of naval assets. Interested parties can reach out to Charles Smith at charles.r.smith1021.civ@us.navy.mil or by phone at 360-633-9342, or contact Cheri Richards at cheri.r.richards.civ@us.navy.mil or 425-304-5522 for further details.