N0002416C6251
Definitive Contract
Overview
Government Description
TB-29X TOWED ARRAY ASSEMBLY
Awarding / Funding Agency
Place of Performance
Millersville, MD 21108 United States
Pricing
Fixed Price Incentive
Set Aside
None
Extent Competed
Full And Open Competition
Related Opportunity
Analysis Notes
Forecast Listed as the incumbent award in contract forecast TB29C PIO Spares.
Amendment Since initial award the Potential End Date has been extended from 01/21/23 to 10/30/26 and the Potential Award value has increased 20% from $231,615,379 to $276,808,941.
Subcontracting Plan This Definitive Contract has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
Amendment Since initial award the Potential End Date has been extended from 01/21/23 to 10/30/26 and the Potential Award value has increased 20% from $231,615,379 to $276,808,941.
Subcontracting Plan This Definitive Contract has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
L-3 Chesapeake Sciences Corporation was awarded
Definitive Contract N0002416C6251 (N00024-16-C-6251)
for Tb-29X Towed Array Assembly
worth up to $276,808,941
by Naval Sea Systems Command
in September 2016.
The contract
has a duration of 10 years 1 months and
was awarded
through solicitation TB-29X Thin Line Towed Array Assemblies (TAAs)
full & open
with
NAICS 334511 and
PSC 5845
via direct negotiation acquisition procedures with 2 bids received.
As of today, the Definitive Contract has a total reported backlog of $13,245,662 and funded backlog of $6,158,382.
DOD Announcements
Sep 2016:
L-3 Chesapeake Sciences Corp., Millersville, Maryland, is being awarded a $46,598,315 cost-plus-fixed-fee, firm-fixed-price, and cost-plus-incentive-fee contract for the development and production of a first article TB-29X thin line towed array assembly, first article towed array receiver unit, production towed array assemblies, production towed array receiver units, test sets, shipping reels, technical manual, technical curriculum, and provisioned item orders. The TB-29X is a thin line towed array passive sonar receiver installed aboard Navy submarines. The TB-29X array is in the same form factor as the TB-29 array; however, it offers increased capability, greater reliability and reduced obsolescence. This contract includes options which, if exercised, would bring the cumulative value of this contract to $238,235,578. Work will be performed in Millersville, Maryland (64 percent); Syracuse, New York (35 percent); and Norfolk, Virginia (1 percent), and is expected to be completed by May 2018. Fiscal 2016 other procurement (Navy); and fiscal 2016 research, development, testing, and evaluation (Navy) funding in the amount of $23,842,155 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-6251).
Sep 2017: L-3 Chesapeake Sciences Corp., Millersville, Maryland, was awarded a $17,206,215 modification to a previously awarded contract (N00024-16-C-6251) to exercise options for the production of TB-29X towed array assembly, towed array receiver units, test sets and engineering services. Work will be performed in Liverpool, New York (46 percent); Millersville, Maryland (35 percent); and Ashaway, Rhode Island (19 percent), and is expected to be complete by November 2019. Fiscal 2017 and 2016 other procurement (Navy) funding in the amounts of $14,087,525 and $287,500 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Jul 2018: L-3 Chesapeake Sciences Corp., Millersville, Maryland, is awarded a $27,571,496 modification to previously awarded contract (N00024-16-C-6251) to exercise options for the production of TB-29X towed arrays. Work will be performed in Liverpool, New York (46 percent); Millersville, Maryland (35 percent); and Ashaway, Rhode Island (19 percent), and is expected to be completed by November 2019. Fiscal 2018 other procurement (Navy) funding in the amount of $27,571,496 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Mar 2019: L-3 Chesapeake Sciences Corp., Millersville, Maryland, is being awarded a $43,094,331 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee, cost-type modification to previously-awarded contract N00024-16-C-6251 to exercise options for the production of TB-29C towed arrays. Work will be performed in Liverpool, New York (48 percent); Millersville, Maryland (32 percent); and Ashaway, Rhode Island (20 percent), and is expected to be completed by January 2022. Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $43,094,331 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Sep 2020: L-3 Chesapeake Sciences Corp., Millersville, Maryland, is awarded a $31,119,670 fixed-price incentive fee, cost-plus-fixed-fee and cost reimbursable modification to previously awarded contract N00024-16-C-6251 to exercise for the production of towed arrays. Contract action is a modification to a previously awarded contract in order to exercise options for the production of towed array assemblies. Work will be performed in Liverpool, New York (52%); Millersville, Maryland (28%); and Ashaway, Rhode Island (20%), and is expected to be completed by February 2023. Fiscal 2020 other procurement (Navy); fiscal 2020 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy); and 2018 shipbuilding and conversion (Navy), amount of $31,119,670 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.
Jun 2021: L3 Technologies, Millersville, Maryland, is awarded a $24,702,510 fixed-price-incentive-fee, cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-16-C-6251 to exercise an option for the production of Navy equipment. Work will be performed in Liverpool, New York (52%); Millersville, Maryland (28%); and Ashaway, Rhode Island (20%), and is expected to be completed by September 2023. Fiscal 2021 other procurement (Navy) (59%) funds in the amount of $14,672,862; 2021 shipbuilding and conversion (Navy) (27%) funds in the amount of $6,686,432; and 2020 shipbuilding and conversion (Navy) (14%) funds in the amount of $3,343,216 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Sep 2022: L3Harris Corp., Millersville, Maryland, is awarded a $45,837,976 fixed-priced-incentive-fee, cost-plus-fixed-fee, and cost-only modification to previously awarded contract N00024-16-C-6251 to establish and exercise an option for navy equipment, components, engineering services, and other direct costs. This modification includes additional options which, if exercised, would bring the cumulative value of this contract action to $104,468,052. Work will be performed in Millersville, Maryland (57%); Liverpool, New York, (40%); and Ashaway, Rhode Island (3%), and is expected to be completed by July 2025. If all options are exercised, work will continue through September 2026. Fiscal 2022 other procurement (Navy) funds in the amount of $36,468,124.00 (80%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $6,246,568 (13%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $3,123,284 (7%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Feb 2023: L3Harris Corp., Millersville, Maryland, is awarded a $37,661,542 fixed-priced-incentive-fee, cost-plus-fixed-fee, and cost only modification to previously awarded contract N00024-16-C-6251 to establish and exercise an option for Navy equipment, components, engineering services, and other direct costs. Work will be performed in Millersville, Maryland (57%); Liverpool, New York (40%); and Ashaway, Rhode Island (3%), and is expected to be completed by March 2026. Fiscal 2023 other procurement (Navy) funds in the amount of $30,269,234 (80%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $7,392,308 (20%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Sep 2023: L3Harris Corp., Millersville, Maryland, is awarded an $8,868,545 firm-fixed-price modification to previously awarded contract N00024-16-C-6251. This modification is for the procurement of Navy equipment. Work will be performed in Ashaway, Rhode Island (82%); and Syracuse, New York (18%), and is expected to be completed by June 2025. Fiscal 2023 other procurement (Navy) spares funds in the amount of $8,868,545 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Sep 2017: L-3 Chesapeake Sciences Corp., Millersville, Maryland, was awarded a $17,206,215 modification to a previously awarded contract (N00024-16-C-6251) to exercise options for the production of TB-29X towed array assembly, towed array receiver units, test sets and engineering services. Work will be performed in Liverpool, New York (46 percent); Millersville, Maryland (35 percent); and Ashaway, Rhode Island (19 percent), and is expected to be complete by November 2019. Fiscal 2017 and 2016 other procurement (Navy) funding in the amounts of $14,087,525 and $287,500 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Jul 2018: L-3 Chesapeake Sciences Corp., Millersville, Maryland, is awarded a $27,571,496 modification to previously awarded contract (N00024-16-C-6251) to exercise options for the production of TB-29X towed arrays. Work will be performed in Liverpool, New York (46 percent); Millersville, Maryland (35 percent); and Ashaway, Rhode Island (19 percent), and is expected to be completed by November 2019. Fiscal 2018 other procurement (Navy) funding in the amount of $27,571,496 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Mar 2019: L-3 Chesapeake Sciences Corp., Millersville, Maryland, is being awarded a $43,094,331 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee, cost-type modification to previously-awarded contract N00024-16-C-6251 to exercise options for the production of TB-29C towed arrays. Work will be performed in Liverpool, New York (48 percent); Millersville, Maryland (32 percent); and Ashaway, Rhode Island (20 percent), and is expected to be completed by January 2022. Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $43,094,331 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Sep 2020: L-3 Chesapeake Sciences Corp., Millersville, Maryland, is awarded a $31,119,670 fixed-price incentive fee, cost-plus-fixed-fee and cost reimbursable modification to previously awarded contract N00024-16-C-6251 to exercise for the production of towed arrays. Contract action is a modification to a previously awarded contract in order to exercise options for the production of towed array assemblies. Work will be performed in Liverpool, New York (52%); Millersville, Maryland (28%); and Ashaway, Rhode Island (20%), and is expected to be completed by February 2023. Fiscal 2020 other procurement (Navy); fiscal 2020 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy); and 2018 shipbuilding and conversion (Navy), amount of $31,119,670 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.
Jun 2021: L3 Technologies, Millersville, Maryland, is awarded a $24,702,510 fixed-price-incentive-fee, cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-16-C-6251 to exercise an option for the production of Navy equipment. Work will be performed in Liverpool, New York (52%); Millersville, Maryland (28%); and Ashaway, Rhode Island (20%), and is expected to be completed by September 2023. Fiscal 2021 other procurement (Navy) (59%) funds in the amount of $14,672,862; 2021 shipbuilding and conversion (Navy) (27%) funds in the amount of $6,686,432; and 2020 shipbuilding and conversion (Navy) (14%) funds in the amount of $3,343,216 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Sep 2022: L3Harris Corp., Millersville, Maryland, is awarded a $45,837,976 fixed-priced-incentive-fee, cost-plus-fixed-fee, and cost-only modification to previously awarded contract N00024-16-C-6251 to establish and exercise an option for navy equipment, components, engineering services, and other direct costs. This modification includes additional options which, if exercised, would bring the cumulative value of this contract action to $104,468,052. Work will be performed in Millersville, Maryland (57%); Liverpool, New York, (40%); and Ashaway, Rhode Island (3%), and is expected to be completed by July 2025. If all options are exercised, work will continue through September 2026. Fiscal 2022 other procurement (Navy) funds in the amount of $36,468,124.00 (80%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $6,246,568 (13%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $3,123,284 (7%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Feb 2023: L3Harris Corp., Millersville, Maryland, is awarded a $37,661,542 fixed-priced-incentive-fee, cost-plus-fixed-fee, and cost only modification to previously awarded contract N00024-16-C-6251 to establish and exercise an option for Navy equipment, components, engineering services, and other direct costs. Work will be performed in Millersville, Maryland (57%); Liverpool, New York (40%); and Ashaway, Rhode Island (3%), and is expected to be completed by March 2026. Fiscal 2023 other procurement (Navy) funds in the amount of $30,269,234 (80%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $7,392,308 (20%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Sep 2023: L3Harris Corp., Millersville, Maryland, is awarded an $8,868,545 firm-fixed-price modification to previously awarded contract N00024-16-C-6251. This modification is for the procurement of Navy equipment. Work will be performed in Ashaway, Rhode Island (82%); and Syracuse, New York (18%), and is expected to be completed by June 2025. Fiscal 2023 other procurement (Navy) spares funds in the amount of $8,868,545 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Status
(Open)
Last Modified 1/23/25
Period of Performance
9/21/16
Start Date
10/30/26
Current End Date
10/30/26
Potential End Date
Obligations and Backlog
$263.6M
Total Obligated
$269.7M
Current Award
$276.8M
Potential Award
$6.2M
Funded Backlog
$13.2M
Total Backlog
Award Hierarchy
Definitive Contract
N0002416C6251
Subcontracts
Activity Timeline
Subcontract Awards
Disclosed subcontracts for N0002416C6251
Opportunity Lifecycle
Procurement history for N0002416C6251
Transaction History
Modifications to N0002416C6251
People
Suggested agency contacts for N0002416C6251
Competition
Number of Bidders
2
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
Electronics And Communication Equipment
IT Commercial Item Category
Not Applicable
Awardee UEI
GJEUJECUQNN6
Awardee CAGE
0VZE8
Agency Detail
Awarding Office
N00024 NAVSEA HQ
Funding Office
N00024
Created By
stuart.burman@navy.mil
Last Modified By
stuart.burman@navy.mil
Approved By
stuart.burman@navy.mil
Legislative
Legislative Mandates
Materials, Supplies, Articles & Equipment
Performance District
MD-03
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
John Sarbanes
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Other Procurement, Navy (017-1810) | Department of Defense-Military | Equipment (31.0) | $16,919,650 | 60% |
Shipbuilding and Conversion, Navy (017-1611) | Department of Defense-Military | Equipment (31.0) | $11,538,580 | 41% |
Modified: 1/23/25