Navy awards $6M contract for submarine periscope and photonics mast repair services to Rogers, Lovelock & Fritz, Inc
Contract Overview
Contract Amount: $6,044,280 ($6.0M)
Contractor: Rogers, Lovelock & Fritz, Inc.
Awarding Agency: Department of Defense
Start Date: 2024-09-20
End Date: 2030-04-30
Contract Duration: 2,048 days
Daily Burn Rate: $3.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: P434, SSBN REGIONAL PERISCOPE & PHOTONICS MAST REPAIR CENTER, NBK
Place of Performance
Location: SILVERDALE, KITSAP County, WASHINGTON, 98315
Plain-Language Summary
Department of Defense obligated $6.0 million to ROGERS, LOVELOCK & FRITZ, INC. for work described as: P434, SSBN REGIONAL PERISCOPE & PHOTONICS MAST REPAIR CENTER, NBK Key points: 1. Contract awarded on a firm-fixed-price basis, indicating clear cost expectations. 2. Long performance period of over 6 years suggests a need for sustained support. 3. The contract is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle, common for specialized services. 4. Services are critical for maintaining the operational readiness of naval assets. 5. The award is not set aside for small businesses, suggesting a focus on specialized capabilities. 6. The geographic location of the work is Washington state.
Value Assessment
Rating: good
The contract value of approximately $6 million over a 6-year period represents a significant investment in specialized naval repair services. Benchmarking this against similar contracts for submarine component maintenance is challenging without more specific data on the scope of 'repair center' services. However, the firm-fixed-price structure suggests an attempt to control costs. The duration implies a steady demand for these services, which could indicate a fair price if the contractor's expertise is unique and essential for maintaining the operational readiness of critical naval assets.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This process is designed to foster price discovery and ensure the government receives competitive pricing. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust competitive environment was sought.
Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down costs through market forces, ensuring that the selected contractor offers the best value proposition.
Public Impact
Naval operations and submarine readiness are directly supported by this contract. Personnel involved in submarine maintenance and repair will be engaged. The services are geographically focused on Washington state, supporting regional naval infrastructure. The contract ensures the continued functionality of critical submarine systems, contributing to national security.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen repair complexities arise beyond the scope of the firm-fixed-price agreement.
- Dependence on a single contractor for critical repair services could pose a risk if performance issues emerge.
- The long contract duration might limit opportunities for newer, potentially more innovative contractors to enter the market.
Positive Signals
- Firm-fixed-price contract structure provides cost certainty for the government.
- Full and open competition suggests a competitive bidding process was utilized.
- The contract addresses a critical need for specialized submarine repair, ensuring operational readiness.
- The contractor's selection implies they possess the necessary technical expertise for these complex systems.
Sector Analysis
This contract falls within the Engineering Services sector, specifically supporting the defense industry's complex maintenance and repair needs for naval vessels. The market for specialized defense MRO (Maintenance, Repair, and Overhaul) is characterized by high barriers to entry due to technical expertise, security clearances, and established relationships. Spending in this niche is driven by the operational tempo and lifecycle of naval assets, particularly submarines which require highly specialized and infrequent, yet critical, maintenance.
Small Business Impact
The contract was not set aside for small businesses, nor does it indicate any specific small business subcontracting requirements. This suggests that the primary contractor, Rogers, Lovelock & Fritz, Inc., was selected based on its specialized capabilities and capacity to meet the demanding requirements of submarine periscope and photonics mast repair, which may be beyond the typical scope or capacity of many small businesses in this highly technical field.
Oversight & Accountability
As a delivery order under a larger contract vehicle, oversight is likely managed through the contracting officer's representative (COR) and the contracting office within the Department of the Navy. The firm-fixed-price nature of the award provides a degree of cost control. Transparency is facilitated by the contract award notice, but detailed performance metrics and specific oversight activities are typically internal to the agency.
Related Government Programs
- Submarine Maintenance and Repair Contracts
- Naval Shipyard Services
- Defense Engineering Services
- Periscope and Photonics Systems Maintenance
Risk Flags
- Long contract duration may limit future competition.
- Specialized nature of service could lead to contractor dependency.
- Firm-fixed-price contracts can be risky if scope creep occurs.
Tags
defense, department-of-the-navy, engineering-services, submarine-maintenance, periscope-repair, photonics-mast-repair, firm-fixed-price, full-and-open-competition, delivery-order, washington, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $6.0 million to ROGERS, LOVELOCK & FRITZ, INC.. P434, SSBN REGIONAL PERISCOPE & PHOTONICS MAST REPAIR CENTER, NBK
Who is the contractor on this award?
The obligated recipient is ROGERS, LOVELOCK & FRITZ, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $6.0 million.
What is the period of performance?
Start: 2024-09-20. End: 2030-04-30.
What is the historical spending pattern for submarine periscope and photonics mast repair services by the Department of the Navy?
Analyzing historical spending for this specific niche requires deep dives into contract databases, looking for similar service codes (NAICS 541330 - Engineering Services, or potentially others related to repair and maintenance) awarded by the Navy for submarine components. Trends might show increasing or decreasing investment based on fleet modernization, aging assets, or shifts in strategic priorities. For instance, if the Navy is extending the service life of older submarine classes, spending on repairs like these might increase. Conversely, the introduction of new submarine classes with different technologies could shift spending towards new systems or different types of maintenance. Without specific historical data for this exact service, it's difficult to provide precise figures, but it's reasonable to assume consistent, albeit potentially fluctuating, investment tied to the operational readiness and lifecycle management of the submarine fleet.
How does the awarded price compare to industry benchmarks for similar engineering and repair services?
Directly comparing the $6 million contract value to industry benchmarks for 'submarine periscope and photonics mast repair' is challenging due to the highly specialized nature of the services and the limited public data available for such niche defense contracts. Standard engineering service benchmarks might not fully capture the unique technical requirements, security protocols, and specialized equipment involved. However, the firm-fixed-price (FFP) contract type suggests the government sought cost certainty. If the contractor, Rogers, Lovelock & Fritz, Inc., has a strong track record and the competition was robust (as indicated by 'full and open'), the price is likely competitive within this specialized market. Further analysis would require access to proprietary cost data or comparative contract awards for identical or highly similar services.
What are the key performance indicators (KPIs) used to evaluate the contractor's performance under this contract?
While specific KPIs are not publicly detailed in the award notice, typical performance indicators for such a critical defense repair contract would likely include: 1. On-time delivery of repaired components and systems. 2. Quality of repairs, measured by defect rates or re-work required. 3. Adherence to technical specifications and engineering standards. 4. Responsiveness to urgent repair needs or surge requirements. 5. Compliance with security protocols and safety regulations. 6. Cost control within the FFP framework. The contracting officer's representative (COR) would be responsible for monitoring these KPIs throughout the contract's duration, ensuring the contractor meets the stringent requirements for maintaining naval readiness.
What is the potential impact of this contract on the broader submarine maintenance ecosystem?
This contract directly supports the operational readiness of the U.S. Navy's submarine fleet by ensuring critical systems like periscopes and photonics masts are functional. It reinforces the specialized capabilities of Rogers, Lovelock & Fritz, Inc. within the defense industrial base. Indirectly, it may influence the ecosystem by setting a benchmark for pricing and performance in this niche. The long duration could also signal stability for the workforce employed by the contractor. However, as it's not a small business set-aside, its direct impact on fostering new small business entrants in this specific repair area might be limited, though the prime contractor could potentially subcontract specialized tasks.
Are there any identified risks associated with Rogers, Lovelock & Fritz, Inc.'s past performance or financial stability?
The contract award notice itself does not contain information regarding past performance or financial stability concerns for Rogers, Lovelock & Fritz, Inc. Typically, such assessments are conducted during the pre-award phase as part of the responsibility determination. Agencies evaluate a contractor's track record on previous contracts, including timeliness, quality, and adherence to contract terms. Financial stability is also assessed to ensure the contractor can sustain performance throughout the contract period. The fact that the contract was awarded under 'full and open competition' suggests that the government found the contractor to be responsible and capable of meeting the contract requirements, implying no disqualifying risks were identified at the time of award.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: RLF & CN JV
Address: 4750 NEW BROAD ST, ORLANDO, FL, 32814
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $7,592,250
Exercised Options: $6,044,280
Current Obligation: $6,044,280
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N4425520D0002
IDV Type: IDC
Timeline
Start Date: 2024-09-20
Current End Date: 2030-04-30
Potential End Date: 2030-04-30 00:00:00
Last Modified: 2026-01-07
More Contracts from Rogers, Lovelock & Fritz, Inc.
- Multi-Discipline AE Services-P817 Columbia Submarine Repair Facility Expansion, NBK Bangor, Silverdale, — $21.7M (Department of Defense)
- Fund Acrn AA — $21.2M (Department of Defense)
- P943 AE Missile Assembly Building 1 Replacement, NBK Bangor, Silv — $7.3M (Department of Defense)
- P818 AE PDA Columbia Submarine Training Facility Expansion, NBK — $6.8M (Department of Defense)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)