SSDG SVC TECH
ID: N0040625Q0315Type: Presolicitation
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, specifically the Department of the Navy, is preparing to solicit bids for the SSDG SVC TECH contract through the NAVSUP Fleet Logistics Center Puget Sound. This presolicitation opportunity focuses on shipbuilding and repairing services, particularly in the area of non-nuclear ship repair, which is critical for maintaining the operational readiness of naval vessels. The work is to be performed in Japan, emphasizing the strategic importance of maritime capabilities in the region. Interested contractors can reach out to Ferbien Encomienda at 360-476-7587 or via email at FERBIEN.O.ENCOMIENDA.CIV@US.NAVY.MIL for further details regarding the procurement process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    SSDG SVC TECH
    Currently viewing
    Presolicitation
    Similar Opportunities
    USS SHOUP (DDG-86) 5J1 SIA (Yokosuka, JAPAN)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS SHOUP (DDG-86) at the Yokosuka Naval Base in Japan. The contractor will be responsible for executing all work requirements as outlined in the Task Group Instructions (TGIs), which include replacing deck coverings and nonskid systems, ensuring compliance with military standards and specifications. This procurement is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to high-quality ship repair services. Interested contractors must submit their proposals by March 5, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura at Kazuo.Takamura.ln@us.navy.mil for further information.
    USS RALPH JOHNSON DDG114 FY25 SRA 5C1 Bundle 2 (YOKOSUKA, JAPAN)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is seeking contractors for the USS Ralph Johnson (DDG-114) FY25 Scheduled Restoration Availability (SRA) project, which includes a series of maintenance and repair tasks scheduled from July 14, 2025, to December 11, 2025. The procurement encompasses various task group instructions (TGIs) aimed at cleaning, assessing, and repairing critical systems aboard the vessel, including fuel tanks, waste tanks, and structural components, ensuring compliance with military specifications and safety standards. This initiative is vital for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to maritime integrity. Interested contractors must have a Master Ship Repair Agreement (MSRA) or an Agreement for Boat Repair (ABR) to qualify for bidding, with further inquiries directed to Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    USS HOWARD DDG83 FY25 5C1 SRA Bundle 4 (YOKOSUKA, JAPAN)
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS HOWARD (DDG-83) as part of the FY25 5C1 SRA Bundle 4, located in Yokosuka, Japan. The procurement encompasses a comprehensive package of work items, including inspections, repairs, and preservation tasks across various systems and compartments of the vessel, with a focus on maintaining operational integrity and safety standards. This initiative is critical for ensuring the readiness and functionality of naval assets, reflecting the Navy's commitment to rigorous maintenance practices. Interested contractors must submit their proposals by February 14, 2025, at 10:00 AM Japan Standard Time, and can direct inquiries to Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    USS SAVANNAH (LCS 28) FY25 Docking Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is seeking contractors for the USS SAVANNAH (LCS 28) FY25 Docking Selected Restricted Availability (DSRA). This procurement involves shipbuilding and repair services, specifically focusing on non-nuclear ship repair as outlined under NAICS code 336611 and PSC code J999. The successful contractor will play a crucial role in maintaining the operational readiness and longevity of the USS SAVANNAH, which is vital for naval operations. Interested parties can reach out to Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or call 202-781-1763 for further details, while Jacqueline Black is also available at jacqueline.black@navy.mil or 202-781-1088.
    USS RALPH JOHNSON DDG-114 5C1 SRA BUDNDLE 1
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, Japan, is soliciting proposals for maintenance and preservation work on the USS Ralph Johnson (DDG-114) under solicitation number N6264925RA023. The project encompasses a range of tasks including the inspection, repair, and preservation of various systems and components aboard the vessel, with work scheduled to commence on July 14, 2025, and conclude by December 11, 2025. This contract is critical for ensuring the operational readiness and structural integrity of the naval fleet, reflecting the government's commitment to maintaining high safety and quality standards. Interested contractors must submit their proposals by February 27, 2025, at 10:00 AM JST, and can direct inquiries to the contracting officer, Ai Gillard, at ai.gillard.ln@us.navy.mil.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor for the maintenance, repair, and preservation of two Naval vessels, TWR-7 and TWR-8, at the Puget Sound Naval Shipyard in Bremerton, Washington. The project involves a comprehensive scope of work including modernization tasks such as hull cleaning, installation of new components, and thorough inspections, with the expectation that the contractor's facility can accommodate both vessels. This procurement is significant for ensuring the operational readiness and longevity of critical naval assets, with a total small business set-aside under NAICS code 336611. Interested contractors should prepare for a request for proposals anticipated to be posted in January/February 2025, with contract awards expected in April 2025. For further inquiries, interested parties may contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    20--Compress Melt Units
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Actuators for an LSD class vessel berthed in Sasebo, Japan. The contract will be awarded on a sole source basis to Flightfab, Inc. The supplies will be delivered directly to Sasebo, Japan. The solicitation will be posted on the NECO website on December 1, 2016, with proposals due by December 15, 2016. A Firm-Fixed Price contract will be awarded in accordance with FAR parts 12 and 13.5. Interested parties should monitor the NECO website for updates.
    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 HOWARD DDG-83 FY25 5C1 SRA BUNDL2 (Yokosuka Japan)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center in Yokosuka, Japan, is soliciting proposals for the maintenance and repair of the USS Howard (DDG-83) as part of the FY25 5C1 Selected Restricted Availability (SRA) Bundle 2. The project involves extensive cleaning, inspection, and repair of various fuel tanks aboard the vessel, with work scheduled to commence on April 7, 2025, and conclude by July 14, 2025. This maintenance is critical to ensuring the operational safety and reliability of the USS Howard, reflecting the Navy's commitment to maintaining its fleet's integrity. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to Takayo Shiba at takayo.shiba.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services
    Buyer not available
    The Department of the Navy is seeking qualified contractors to provide global repair services for the US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP). The procurement aims to ensure the operational readiness and reliability of these critical diesel generators, which are essential for submarine operations and emergency power supply. Interested parties should note that the primary point of contact for this opportunity is Derek W. Diep, who can be reached at derek.w.diep.civ@us.navy.mil, with Francis J. Brady as the secondary contact at francis.j.brady14.civ@us.navy.mil. Further details regarding the timeline and funding specifics will be provided in the forthcoming solicitation.