Corrective and Preventative Maintenance work for PSNS Barge YR-95
ID: N6264925RA040Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR YOKOSUKAFPO, AP, 96349-1500, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 1:00 AM UTC
Description

The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for corrective and preventative maintenance work on the PSNS Barge YR-95, with a performance period from June 3, 2025, to September 30, 2025. The procurement requires contractors to possess a Master Ship Repair Agreement (MSRA) and to manage both Government Furnished Material and Contractor Furnished Material while adhering to specified safety and operational standards. This maintenance work is crucial for ensuring the operational readiness of naval equipment, reflecting the government's commitment to maintaining high standards in military logistics and supply chain management. Interested contractors must submit their proposals by April 21, 2025, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications by contacting Sharon Arceo at sharon.arceo.ln@us.navy.mil.

Files
Title
Posted
Apr 2, 2025, 12:04 AM UTC
The document outlines a government Request for Proposal (RFP) for labor and materials related to the maintenance and repair of the PSNS Barge YR95, scheduled for summer availability in fiscal year 2025. The RFP includes various items (indicated as Task Group Items or TGIs), detailing specific tasks such as preserving exterior surfaces, repairing sliding doors, and maintaining chilled water systems. Each TGI includes a breakdown of labor, materials, and other direct costs (ODCs), with all proposed costs currently set to zero, indicating that bidders are required to input specific values in highlighted sections. The structure of the RFP emphasizes evaluation based on proposed labor hours, labor costs, material costs, and the total evaluated price for each task. The emphasis on collaboration with subcontractors and the need for careful documentation mirrors the stringent oversight expected in governmental contracts. This proposal ultimately aims to ensure efficient maintenance of the vessel while adhering to regulatory standards and guidelines.
Apr 2, 2025, 12:04 AM UTC
The document is a Request for Information (RFI) associated with a specific Request for Proposal (RFP) identified by the number N6264925RA040. It outlines a structured format for contractors to submit their inquiries, with designated spaces for contractor details, questions, and government responses. Key components include sections for technical reviewer notes, materials changes, and necessary amendments to project specifications. The RFI process facilitates contractor engagement by allowing them to seek clarification on project requirements and expectations. This interaction is crucial for ensuring that contractors fully understand the project's demands, ultimately supporting the federal government's initiative to maintain high standards through effective communication in the procurement process. The RFI serves as an essential tool for gathering necessary information to refine project scopes and requirements, fostering transparency and collaboration between the government and potential contractors.
Apr 2, 2025, 12:04 AM UTC
The document is a Contract Data Sheet detailing a federal contract, identified by the contract number N62649. It outlines essential elements such as the contractor's name, contract type (Firm Fixed Price), item/service descriptions, and performance metrics. Key performance indicators include timely delivery, compliance with specifications, and any necessary modifications or issues arising during contract execution. The document includes a series of yes/no questions to evaluate whether all supplies/services were delivered according to the original schedule, met contract specifications, and if any replacements were necessary. Additional inquiries pertain to any quality awards received and corrective actions taken in case of deficiencies. The purpose of this document is to assess contractor performance and adherence to contract terms in the context of federal and state/local project requirements. Proper completion of the data ensures accountability and transparency in government contracts. This structured assessment aids in decision-making for future RFP evaluations and contractor selection.
Apr 2, 2025, 12:04 AM UTC
The document outlines a government procurement request for various materials and supplies, primarily focusing on adhesives, insulation, and metal parts essential for the U.S. Navy's Project Support Naval Shipyard (PSNS) Barge YR95 under solicitation number N6264925RA040. Each line item details items like adhesive types, metal brackets, insulation sheets, and associated specifications, quantities, and unit costs, providing a comprehensive breakdown of procurement needs. Key originators and contact information for ordering are included, ensuring clarity in the purchasing process. The document highlights requirements for specific materials, compliance standards, and the immediate importance of these items to support military operations and maintenance, reflecting the government's logistical and supply chain management practices for maintaining naval equipment. This procurement process emphasizes the structured approach in acquiring essential materials while adhering to government protocols.
Apr 2, 2025, 12:04 AM UTC
The document pertains to the Amendment 0001 of a solicitation/modification of contract N6275825RCS0523, which focuses on the repair and alteration of vessels under a Master Agreement with the U.S. Navy. This amendment incorporates specific Task Group Instructions (TGIs) and outlines modifications in various sections of the contract, including A, C, H, L, and M. Key aspects include a requirement for the Contractor to possess an active Master Ship Repair Agreement for eligibility, details on project specifications, and the performance timeline from June 3, 2025, to September 30, 2025. The Contractor must manage Government Furnished Material and Contractor Furnished Material while adhering to specified standards and schedules. Notifications of work requirements and condition findings are stipulated, emphasizing timely communication with the Government. Furthermore, the document addresses operational safety regulations and the use of non-Navy owned equipment, ensuring compliance with local Japanese laws and operational standards. The amendment serves to clarify contractual obligations, enhance performance efficiency, and ensure regulatory compliance for contractors engaged in ship repair tasks in Japan, highlighting the government’s commitment to thorough oversight and procedural adherence throughout the contract's execution.
Apr 2, 2025, 12:04 AM UTC
The document outlines a Request for Proposal (RFP) for the repair and alteration of the PSNS Barge YR95, to be performed by firms authorized to operate in Japan. This solicitation is issued by the NAVSUP Fleet Logistics Center Yokosuka, with offers due by April 21, 2025, at 10:00 AM JST. Work is scheduled from June 3, 2025, through September 30, 2025. A Master Agreement for Repair and Alteration of Vessels (MARAV) applies, necessitating existing agreements like the Master Ship Repair Agreement (MSRA) to be eligible for bidding. The contractor is responsible for providing materials, technical support, and services as detailed in section attachments. Key tasks include aligning with Navy standards, submitting production schedules, managing government-furnished materials, and ensuring compliance with safety and operational requirements. Performance will be monitored through inspections, emphasizing quality management systems per NAVSEA standards. Robust safety protocols for crane operations are mandated, including certifications and incident reporting. The RFP details access protocols for contractor employees to federally-controlled facilities and processes for submitting payment electronically. The effort reflects the governmental commitment to maintaining naval operational readiness while ensuring contractor accountability in ship repair tasks.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Maintenance work for PSNS Barge YR-85
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for maintenance work on the PSNS Barge YR-85, with a performance period scheduled from June 3, 2025, to September 30, 2025. The procurement involves comprehensive repair and maintenance tasks, including inspections and system maintenance, which are critical for ensuring the operational readiness of naval vessels. Interested contractors must possess a valid Master Agreement for Repair and Alteration of Vessels (MARAV) and are required to submit their proposals by April 22, 2025, at 10:00 AM Japan Standard Time. For further inquiries, potential bidders can contact Ryo Maruyama at ryo.maruyama.ln@us.navy.mil or Junko Nishio at junko.nishio3.ln@us.navy.mil.
USS RALPH JOHNSON (DDG-114) FY25 5C1 CNO (YOKOSUKA, JAPAN)
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for repair and maintenance work on the USS RALPH JOHNSON (DDG-114) scheduled from July 14, 2025, to November 26, 2025. This procurement focuses on various structural and operational tasks, including rigging, sheet metal work, and system testing, essential for maintaining the operational readiness of the naval vessel. The selected contractor must adhere to strict safety and quality assurance standards while managing both government-furnished and contractor-furnished materials. Interested parties must submit their proposals by April 18, 2025, and can request access to the work specification package by contacting Risa Sakurai at risa.sakurai.ln@us.navy.mil or Peter Arrieta at peterjommel.s.arrieta.ln@us.navy.mil by April 11, 2025.
USS RALPH JOHNSON DDG114 FY25 SRA 5C1 Bundle 3 (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 RALPH JOHNSON (DDG-114) as part of the FY25 SRA 5C1 Bundle 3 project, to be performed at Yokosuka Naval Base in Japan. The procurement encompasses a comprehensive package of work items detailed in the solicitation, which includes various technical guidance items and requires contractors to be authorized to operate in Japan. This contract is critical for ensuring the operational readiness and maintenance of naval vessels, reflecting the importance of timely and quality repairs in support of U.S. Navy operations. Interested contractors must submit their proposals by April 17, 2025, at 10:00 AM Japan Standard Time, and can request additional information via email from the primary contacts, Kazuo Takamura and Ai Gillard.
USS DEWEY (DDG 105) FY25 SIA 5J1 Bundle 3 (Yokosuka, Japan)
Buyer not available
The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for repair and maintenance services for the USS DEWEY (DDG-105) at Yokosuka Naval Base, Japan. The procurement encompasses a comprehensive package of work items, including various repair tasks outlined in the Task Group Instruction, with a performance period scheduled from May 26, 2025, to August 4, 2025. This opportunity is critical for maintaining naval operational readiness and ensuring compliance with U.S. Navy standards for vessel maintenance. Interested contractors must submit their proposals by April 21, 2025, at 10:00 AM Japan Standard Time, and can direct inquiries to Kumi Matsumoto or Ai Gillard via the provided contact information.
USS PREBLE (DDG 88) 6C1 Selected Restricted Availability (SRA) (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 PREBLE (DDG 88) during its Selected Restricted Availability (SRA) in Yokosuka, Japan. The contract requires firms to possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) and involves a comprehensive package of work items, including management, scheduling, and quality assurance for various repair tasks. This procurement is critical for maintaining the operational readiness of naval assets, ensuring compliance with safety and performance standards. Interested contractors must submit their proposals by April 18, 2025, at 10:00 AM Japan Standard Time, and can request access to detailed work specifications via DoD SAFE by contacting Neil Flint or Ai Gillard.
USS SHOUP (DDG-86) FY25 5J1 Bundle2
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, Japan, is soliciting proposals for the USS SHOUP (DDG-86) FY25 5J1 Bundle 2, focusing on ship repair and maintenance services. Contractors are required to perform specific tasks outlined in the provided Task Group Instructions (TGIs), which include replacing deck coverings and composite deck panels, ensuring compliance with military standards and safety protocols. This procurement is critical for maintaining the operational readiness and safety of the USS SHOUP, emphasizing the importance of quality assurance and adherence to timelines. Interested contractors must possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) and submit their proposals, including a detailed price breakdown, by the specified closing date. For further inquiries, contact Kazuo Takamura at Kazuo.Takamura.ln@us.navy.mil or Peter Arrieta at peterjommel.s.arrieta.ln@us.navy.mil.
Berthing Barge Type II Lockers
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the procurement of Berthing Barge Type II Lockers to support the Ship Repair Facility-Joint Regional Maintenance Center (SRF-JRMC) located in Yokosuka, Japan. This procurement aims to secure a Firm Fixed-Price Supply type contract, with specific requirements for modular berths and lockers, and emphasizes the importance of compliance with delivery, packaging, and inspection standards. The successful contractor will be responsible for ensuring timely delivery by September 30, 2025, and must be registered with the System for Award Management (SAM) to qualify for government awards. Interested parties should submit their proposals by 10:00 AM on April 14, 2025, and direct any inquiries to Zoe Sarto at zoe.m.sarto.civ@us.navy.mil.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a highly capable contractor to perform maintenance, modernization, and repair services, necessitating substantial facilities and skilled human resources to manage and integrate various ship maintenance tasks. The contracts, expected to be awarded as two separate Firm-Fixed-Price agreements, will be executed on the West Coast, with proposals due by May 6, 2025. Interested contractors should contact Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil for further details and access to restricted files.
Replacement Service of Fuel Tank Truck Engine and Parts for the Government of Vehicle (GOV) Number N9653648 at Bldg. 1851, NAVFAC Transportation Area in the U.S. Commander Fleet Activities Yokosuka (CFAY), JAPAN by Non-Recurring Contract
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the replacement service of the fuel tank truck engine and parts for Government Vehicle Number N9653648, located at Building 1851, NAVFAC Transportation Area, U.S. Commander Fleet Activities Yokosuka, Japan. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure the vehicle meets operational standards, with the project expected to be completed within 180 days of contract award while adhering to specific safety and environmental regulations. This one-time contract emphasizes the importance of maintaining government transportation capabilities and requires compliance with federal procurement standards, including submission of proposals in Japanese yen by May 9, 2025, at 10:30 AM JST. Interested parties can reach out to primary contact Sakiko Marterosario at sakiko.marterosario.ln@us.navy.mil or secondary contact Toshiki Hisasue at toshiki.hisasue.In@us.navy.mil for further inquiries.
Maintenance Dredging Phase -3, Maebata and Hario Shima at Commander Fleet Activities, Sasebo (CFAS), Japan
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting bids for the Maintenance Dredging Phase -3 project at Commander Fleet Activities, Sasebo (CFAS), Japan. This project involves conducting survey and dredging works to ensure safe navigation for Naval Ships and Tankers at designated wharfs and piers, including the transportation and treatment of excavated sediment materials. The work is critical for maintaining operational readiness and safety in naval operations, and it encompasses related temporary works necessary for project completion. Interested contractors should direct inquiries to Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or call 011-81-956-50-2394, with the bid open date extended following the government's amendment to the solicitation on April 2, 2025.