SONAR DOME RUBBER WINDOW SERVICE AMENDED
ID: N0040625Q0354(0001)Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
    Description

    The Department of Defense, through the Department of the Navy, is soliciting proposals for Sonar Dome Rubber Window (SDRW) test and inspection services to support the US Navy's Ship Repair Facility located in Yokosuka, Japan. This firm-fixed-price contract requires bidders to submit comprehensive proposals by 12:00 PM on March 12, 2025, ensuring compliance with various Federal Acquisition Regulation (FAR) clauses and emphasizing the importance of technical acceptability and vendor past performance in the evaluation process. The procurement is critical for maintaining operational standards and safety protocols within Navy installations, highlighting the necessity for contractors to adhere to security measures and risk assessment in pricing. Interested parties can reach out to Ferbien Encomienda at 360-476-7587 or via email at Ferbien.O.Encomienda.CIV@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Request for Proposals (RFP) for the procurement of Sonar Dome Rubber Window (SDRW) test and inspection services in support of the US Navy's Ship Repair Facility in Yokosuka, Japan. The solicitation, classified as firm-fixed-price, requires bidders to submit completed proposals by 12:00 PM on March 12, 2025. It emphasizes compliance with numerous Federal Acquisition Regulation (FAR) clauses and defines the evaluation criteria, including technical acceptability and vendor past performance. Bidders must fully complete the solicitation documents, noting any exceptions and providing the necessary technical specification sheets. The RFP highlights the importance of safety and security protocols, including adherence to the Defense Biometric Identification System for access to Navy installations. Furthermore, it specifies the required documentation for contractors without Common Access Cards who need to enter Japan and mandates electronic invoicing via the Wide Area Work Flow payment system. Emphasis is placed on the significance of risk assessment in pricing, noting that quotes showing unrealistic low prices may be deemed non-responsive. This procurement initiative reflects the government's focus on maintaining high operational standards while ensuring contractual compliance and fostering small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USS DEWEY (DDG-105) FY25 Surface Incremental Availability
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the FY25 Surface Incremental Availability of the USS Dewey (DDG-105), focusing on essential ship repair and alteration services. The procurement includes modifications to the 02 and 03 Level Weather Bolted Equipment Removal Plate (BERP) and the replacement of the nonskid system on specific weather frames, with work scheduled to commence on May 6, 2025, and conclude by July 22, 2025. These services are critical for maintaining the operational readiness and safety of the vessel, ensuring compliance with military standards and protocols. Interested contractors must possess a Master Agreement for Repair and Alteration of Vessels (MARAV) and submit their bids by April 2, 2025; for further inquiries, they can contact Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil or by phone at 814-681-67623.
    USS DEWEY Repair and Maintenance 5J1 SIA
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and maintenance of the USS DEWEY at the NAVSUP Fleet Logistics Center in Yokosuka, Japan. This opportunity involves shipbuilding and repairing services, specifically under the NAICS code 336611, and is categorized as non-nuclear ship repair. The successful contractor will play a crucial role in ensuring the operational readiness and maintenance of naval vessels, which is vital for national defense. Interested parties can reach out to Contract Specialist Shouko Sekido at shouko.sekido.ln@us.navy.mil or by phone at 0081468167607 for further details regarding the solicitation process.
    SHIP REPAIR REQUIREMENT:FY25 5C1 Chief of Naval Operation (CNO) Availability of USS HOWARD (DDG-83)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the USS HOWARD (DDG-83) as part of the Chief of Naval Operations (CNO) Availability for Fiscal Year 2025. Contractors authorized to operate in Japan are required to submit their proposals by March 14, 2025, with the anticipated work period spanning from April 7 to September 9, 2025, at the Yokosuka Naval Base. This procurement is critical for maintaining the operational readiness and safety of naval vessels, ensuring compliance with stringent quality management systems and safety regulations. Interested contractors should direct inquiries to Neil Flint at neil.s.flint.civ@us.navy.mil or call 315-243-8395 for further details.
    BRAND NAME COMMVAULT SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the procurement of Commvault software under a brand-name only requirement. This acquisition is intended to support the SRF Japan and will be negotiated on a firm, fixed-price basis, with a total small business set-aside as per FAR 19.5, allowing only authorized small business distributors to participate. The procurement emphasizes the importance of compliance with technical specifications and mandatory clauses, including adherence to the Buy American Act, and requires submission of an Authorized Distributor letter from the OEM. Interested vendors must submit their quotes by March 14, 2025, and can direct inquiries to Ferbien Encomienda at ferbien.o.encomienda.civ@us.navy.mil or by phone at 360-476-7587.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is soliciting proposals for the inspection and repair of a propulsor "PC.1A" and "Leading Edge Ring" on a Virginia-class submarine. This procurement aims to secure a firm-fixed price contract for essential repair services, with a performance period tentatively scheduled from April 17 to May 31, 2025. The opportunity is critical for maintaining the operational readiness of naval vessels, ensuring compliance with safety and security protocols throughout the repair process. Proposals are due by March 19, 2025, at 0900 HST, and interested parties must submit their offers electronically to the designated contacts, Christine Aledo and Deanna Yoshida, at the provided email addresses.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 ROH vessel. The contract requires comprehensive docking and maintenance services, including hull maintenance, structural repairs, and system inspections, all to be performed in compliance with maritime industry standards and federal regulations. This procurement is crucial for ensuring the operational readiness of the vessel, which plays a significant role in naval operations. Interested small businesses must submit their proposals by March 17, 2025, with the contract period of performance scheduled from June 16, 2025, to October 10, 2025. For further inquiries, potential contractors can contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil.
    2090 - BROW FIBERGLASS
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of fiberglass brow supplies to support operations at the U.S. Naval Base Sasebo, Japan. This opportunity is set aside for small businesses and requires firm, fixed-price proposals, with a focus on technical acceptability, past performance, delivery timelines, and pricing to determine the best value for the government. The procurement emphasizes compliance with Federal Acquisition Regulation (FAR) clauses and mandates electronic invoicing through the Wide Area Work Flow (WAWF) system. Interested parties must submit their completed quotes by 12:00 PM on March 17, 2025, and can direct inquiries to Anna Rose Fulton at annarose.m.fulton.civ@us.navy.mil.
    L--Technical Representative Services
    Buyer not available
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND is seeking Technical Representative Services. These services will provide on-site support and technical oversight to install, flush, and test CPP Valve Rod Assembly and Prairie Air Tube Assembly. The services will be fulfilled at U.S. Naval Ship Repair Facility Japan Regional Maintenance Center (SRF-JRMC), Yokosuka, Japan. The procurement will be awarded to Rolls-Royce Marine North America on an unrestricted sole source basis. Interested parties can express their interest or submit proposals before the offer due date. The solicitation will be posted on the NECO website on or about October 17, 2019, with proposals due by October 22, 2019. The contract will be a Firm Fixed-Price, Service type contract awarded in accordance with FAR parts 12 and 13.5. Evaluation will be conducted using 52.212-2 Evaluation of Commercial Items. All responsible sources may submit a proposal. The solicitation and any amendments will be posted on the NECO website. Offerors are responsible for downloading the solicitation and monitoring the website for amendments. No telephone or fax requests will be accepted, and electronic submission of proposals/quotes via NECO is not available at this time.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) for the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, which is crucial for maintaining the operational readiness and longevity of naval vessels. Interested contractors should note that the primary point of contact for this opportunity is Courtney Schlusser, who can be reached at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, with a secondary contact available in Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763. Further details regarding the solicitation process and deadlines will be provided in the official announcement.
    FY25 VEHICLE PROCUREMENT FOR QRP
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Far East (NAVFAC FE), is issuing a presolicitation notice for the procurement of a truck dry van under solicitation number N4008425Q0003. This procurement aims to secure a Firm Fixed Price contract for the delivery of trucks, specifically categorized under the NAICS code 336212, with proposals expected to be submitted electronically via the Department of Defense Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE). The contract is crucial for supporting operational logistics in Japan, with the planned RFQ issue date set for March 20, 2025, and proposals due by April 21, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can contact Motoko Kawashima or Wencee Narvarte for further inquiries.