DoD Awards BAE Systems $48.7M for USS Charleston (LCS-18) FY23 DSRA

Contract Overview

Contract Amount: $48,719,930 ($48.7M)

Contractor: BAE Systems Maritime Solutions SAN Diego Inc.

Awarding Agency: Department of Defense

Start Date: 2023-06-13

End Date: 2025-04-18

Contract Duration: 675 days

Daily Burn Rate: $72.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: C420A, USS CHARLESTON (LCS-18) FY23 DSRA DELIVERY ORDER

Place of Performance

Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92136

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $48.7 million to BAE SYSTEMS MARITIME SOLUTIONS SAN DIEGO INC. for work described as: C420A, USS CHARLESTON (LCS-18) FY23 DSRA DELIVERY ORDER Key points: 1. Contract awarded to BAE Systems Maritime Solutions for ship repair. 2. Significant value for a single delivery order, indicating complex repair needs. 3. Potential for future sustainment contracts for LCS class vessels. 4. Risk associated with long-term maintenance of specialized naval assets.

Value Assessment

Rating: good

The $48.7 million award for the USS Charleston DSRA appears reasonable given the scope of work for a major naval vessel. Benchmarking against similar complex ship repair contracts would provide further validation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a competitive bidding process that likely drove price discovery. The use of a Delivery Order under an existing contract structure is noted.

Taxpayer Impact: Taxpayer funds are utilized for essential naval readiness and maintenance, ensuring the operational capability of a key asset.

Public Impact

Ensures the operational readiness of a critical naval asset, the USS Charleston. Supports the shipbuilding and repair sector, contributing to the defense industrial base. Impacts the Navy's ability to maintain its fleet in the Pacific region.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Long-term sustainment costs for LCS class ships.
  • Potential for scope creep in complex repair projects.
  • Dependence on a single contractor for critical repairs.

Positive Signals

  • Awarded under full and open competition.
  • Supports naval readiness.
  • Firm Fixed Price contract provides cost certainty.

Sector Analysis

This contract falls within the Defense sector, specifically ship building and repair. Spending benchmarks for major naval vessel maintenance can vary significantly based on the vessel class and scope of work.

Small Business Impact

While the prime contractor is BAE Systems, the contract may offer subcontracting opportunities for small businesses in specialized areas of ship repair and maintenance.

Oversight & Accountability

The Department of the Navy is responsible for oversight of this delivery order. Robust oversight is crucial to ensure the work is completed on time, within budget, and to specification.

Related Government Programs

  • Ship Building and Repairing
  • Department of Defense Contracting
  • Department of the Navy Programs

Risk Flags

  • Long-term sustainment costs for LCS class.
  • Potential for schedule delays in complex repairs.
  • Dependence on specialized repair facilities.
  • Ensuring full and open competition effectiveness.

Tags

ship-building-and-repairing, department-of-defense, ca, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $48.7 million to BAE SYSTEMS MARITIME SOLUTIONS SAN DIEGO INC.. C420A, USS CHARLESTON (LCS-18) FY23 DSRA DELIVERY ORDER

Who is the contractor on this award?

The obligated recipient is BAE SYSTEMS MARITIME SOLUTIONS SAN DIEGO 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 $48.7 million.

What is the period of performance?

Start: 2023-06-13. End: 2025-04-18.

What is the projected long-term cost of maintaining the LCS class fleet, and how does this DSRA fit into that overall budget?

The long-term cost of maintaining the LCS class fleet is a significant concern for the Navy, given the class's operational history and evolving maintenance requirements. This $48.7 million DSRA represents a substantial but singular investment for a specific vessel's major repair. Understanding how this fits into the broader sustainment strategy and budget for the entire LCS class is crucial for fiscal planning and assessing overall value.

What are the key performance indicators (KPIs) being tracked for this contract to ensure successful completion and taxpayer value?

Key performance indicators for this contract likely include adherence to the schedule (delivery by April 2025), meeting technical specifications for the Drydocking and Special Refit Availability (DSRA), and maintaining cost control within the firm fixed price. The Navy will monitor progress through regular reporting, inspections, and potentially performance-based metrics related to the quality and completeness of the repairs.

How does the competition for this specific DSRA compare to typical competition levels for similar naval repair contracts, and what does this imply for future pricing?

The fact that this contract was awarded under 'full and open competition' is a positive indicator for price discovery. However, the specific nature of a DSRA for a particular hull (LCS-18) might limit the number of highly qualified bidders. Comparing the number of bids received and the final award price against benchmarks for similar complex naval repair contracts would reveal if the competition was robust enough to ensure optimal taxpayer value.

Industry Classification

NAICS: ManufacturingShip and Boat BuildingShip Building and Repairing

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTNON-NUCLEAR SHIP REPAIR

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: N0002417R4325

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Ball Corporation

Address: 2205 E BELT ST, SAN DIEGO, CA, 92113

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $48,719,930

Exercised Options: $48,719,930

Current Obligation: $48,719,930

Actual Outlays: $11,013,683

Subaward Activity

Number of Subawards: 223

Total Subaward Amount: $11,763,252

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N0002418D4325

IDV Type: IDC

Timeline

Start Date: 2023-06-13

Current End Date: 2025-04-18

Potential End Date: 2025-04-18 00:00:00

Last Modified: 2025-04-18

More Contracts from BAE Systems Maritime Solutions SAN Diego Inc.

View all BAE Systems Maritime Solutions SAN Diego Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending