USS SHOUP (DDG-86) FY25 5J1 Bundle2
ID: N6264925RA039Type: 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 Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 1:00 AM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 10:04 AM UTC
This document details the proposal submission for a federal Request for Proposal (RFP) related to maintenance work on the USS SHOUUP, specifically for three Technical Guidance Items (TGIs) under solicitation number N6264925RA039. The primary focus is on repairs and replacement projects, including composite deck panels and deck coverings. Each TGI summary includes sections for labor hours, costs for materials, and other direct costs (ODC), indicating all values as ¥0, suggesting no proposals have been filled out yet. The structure contains multiple sections for detailing in-house labor, subcontractor labor, material costs, and ODC details, with prompts for input highlighted in orange. Various key work items are specified but currently lack entered data, emphasizing the preliminary nature of the document. Overall, this summary highlights the required submissions for technical maintenance projects while reflecting the adherence to federal contracting procedures. The document serves as a foundational template for contractors to input their proposals in response to this federal RFP.
Apr 1, 2025, 10:04 AM UTC
The document is a Request for Information (RFI) related to RFP Number N6264925RA039. It is structured to capture inquiries from contractors regarding the project or proposal outlined in the RFP. Key sections include fields for the contractor's name, date of request, and specific questions posed by the contractor to clarify technical or procedural aspects. Below this section, there is space designated for government reviewers to note their assessment, including potential changes to specifications, drawings, requirements, or materials, as well as a space for administrative responses. The primary purpose of the RFI is to facilitate communication between the contractor and the government, ensuring that all parties have a mutual understanding of the project requirements and expectations. The structured format aids in organizing information pertinent to the request, which is crucial for effective bid preparation. This document reflects the federal government's procedural norms in engaging with contractors and managing RFP processes, with an emphasis on clarity and thoroughness in addressing contractor questions and feedback.
Apr 1, 2025, 10:04 AM UTC
The document presents the Task Group Instruction (TGI) for the replacement of deck covering in compartment 02-154-1-L aboard the USS Shoup (DDG-86). This project aims to replace chemical-resistant flooring and address a potential asbestos hazard during the process. The work involves disconnecting and reconnecting potable water piping and installing new flooring as specified under various military standards. A significant aspect of the project is the Government Furnished Material (GFM), which includes insulation and specific utilities necessary for the task. The completion of this work is crucial for maintaining operational safety and integrity on the vessel. Special requirements include cleanliness standards and adherence to safety and quality assurance protocols. The document indicates the need for thorough planning and coordination among various stakeholders, including government representatives and contractors, to ensure compliance with technical specifications and safety measures throughout the project. Overall, this task serves as part of routine maintenance to preserve the ship's functionality and safety standards.
Apr 1, 2025, 10:04 AM UTC
The document outlines a Short Form Task Group Instruction related to the Potable Water System for the USS Shoup (DDG-86), focusing on a tightness and operational test. It provides details about the preparation and approval of the task, with assigned personnel and contacts for completion and documentation review. The task's significance is highlighted through the identification of a specific work certification and need for change, categorized under Job Change Number SS02-3133. The primary objective is to ensure that the Potable Water System complies with operational standards and requirements, emphasizing the importance of thorough testing for functionality and safety. The document includes sections for material lists and references related to the task, which reflects its structured approach toward managing and documenting the procedure. Overall, it serves as a formal communication of the work requirements necessary to maintain the USS Shoup's water systems in operational readiness.
Apr 1, 2025, 10:04 AM UTC
The document outlines a government engineering project to replace composite false deck panels on the USS Shoup (DDG-86) in designated compartments (2-126-1-C and 2-157-1-C). The primary goal is to install a new, specified composite deck panel made of balsa core and phenolic composite materials, consistent with military specifications. The work involves fabrication, removal of existing panels, and installation while ensuring compliance with safety protocols and inspection requirements. The document specifies a planned start and completion date for contractor work alongside itemized lists of required materials and governmental support services, such as utility and crane services. It emphasizes the importance of work integration and clearly references associated standard documents and guidelines, demonstrating adherence to naval protocols. The project exemplifies the government’s commitment to maintaining operational capabilities and safety standards on naval vessels.
Apr 1, 2025, 10:04 AM UTC
This document is a Request for Proposal (RFP) issued by the U.S. Navy for the repair and alteration of the USS SHOUP (DDG-86) at Yokosuka Naval Base, scheduled from July 28, 2025, to September 29, 2025. It specifies that only companies with an active Master Agreement for Repair and Alteration of Vessels (MARAV) are eligible for bidding, and it outlines detailed requirements for submissions, including timelines and access to technical specifications via a secure portal. Contractors must provide a comprehensive price breakdown for the job while ensuring compliance with various military standards and safety regulations. The document emphasizes quality assurance, inspection protocols, and submission procedures, as well as specific requirements for materials and equipment used during the repair process. The completion of work responsibilities involves adhering to schedules, managing government-furnished materials, and conducting inspections. This RFP illustrates the Navy's commitment to securing capable contractors who can ensure the effective maintenance of military vessels while maintaining strict accountability and safety standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
PMAV SUPPORT FOR USS MICHAEL MONSOOR (DDG-1001) (Yokosuka, JAPAN)
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for Preventive Maintenance Availability (PMAV) support for the USS Michael Monsoor (DDG-1001) at Yokosuka Naval Base, Japan. The procurement requires that only firms with an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy are eligible to submit proposals, emphasizing the need for compliance with military standards in ship repair and maintenance. This contract, scheduled for performance from June 1 to June 20, 2025, necessitates detailed cost breakdowns and adherence to safety regulations, with proposals due by 10:00 AM Japan Standard Time on April 28, 2025. Interested parties can contact Shouko Sekido at shouko.sekido.ln@us.navy.mil for further information.
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 contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.
USS MICHAEL MONSOOR FY25 5CM PMAV FFP
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is seeking qualified contractors to provide Preventive Maintenance Availability (PMAV) support for the USS MICHAEL MONSOOR (DDG-1001) at Yokosuka Naval Base, Japan. The procurement requires firms to possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy, specifically a Master Ship Repair Agreement (MSRA) or an Agreement for Boat Repair (ABR), as the award will be made under these existing agreements. This maintenance is crucial for ensuring the operational readiness and longevity of the vessel, with the performance period scheduled from June 1, 2025, to June 20, 2025. Interested contractors must submit their offers by April 30, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura or Peter Arrieta for further information.
USS KANSAS CITY (LCS 22) / USS STOCKDALE (DDG 106) FY26 Docking Selected Restricted Availability (DSRA)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY26 Drydocking Selected Restricted Availability (DSRA) of the USS Kansas City (LCS 022) and USS Stockdale (DDG 106). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and modernization work on both vessels, which includes structural repairs, system upgrades, and condition-based maintenance. This opportunity is critical for maintaining the operational readiness and technological advancement of U.S. Navy ships, with the anticipated Request for Proposals (RFP) expected to be released in the fourth quarter of 2025. Interested parties must submit their letters of interest by 4 PM Local Time on May 1, 2025, to the designated contacts, Jacqueline Black and Jacob Juros, via the provided email addresses.
Repair of QTY 1 EA, SSBN 726 Class Propeller
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of one SSBN 726 Class Propeller, identified by NSN 2S 2010-01-003-6313 P2. Contractors are required to submit a firm-fixed-price proposal in accordance with the provided Technical Data Package and Repair Statement of Work, with a focus on compliance with quality assurance standards and timely reporting of progress. This procurement is critical for maintaining the operational readiness of military assets, emphasizing the importance of adherence to military specifications and documentation requirements. Interested parties should direct inquiries to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL, with proposals due as specified in the solicitation documents.
USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS EARL WARREN (T-AO 207). This procurement involves various amendments to the original solicitation, including the incorporation of revised work instructions and a change in the closing dates for both the request for comments and the solicitation itself. The services sought are critical for the maintenance and repair of naval vessels, ensuring operational readiness and compliance with safety standards. Interested contractors should note that the revised solicitation closing date is April 30, 2025, and can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.keller@navy.mil for further inquiries.
USNS MATTHEW PERRY (T-AKE 9) lay berth and ship repair.
Buyer not available
The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting bids for the lay berth and ship repair of the USNS MATTHEW PERRY (T-AKE 9). This procurement involves specific requirements for ship repair services, including revisions and responses to requests for clarification as outlined in amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of naval vessels, which are critical to national defense. Interested contractors can reach out to Damian Finke at damian.w.finke.civ@us.navy.mil or James Parker at james.l.parker2.civ@us.navy.mil for further details, with the solicitation details available for review.
DDG Underway Replenishment (UNREP) Station Number 4 Cable Replacement; accomplish
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is seeking qualified contractors for the replacement of the Underway Replenishment (UNREP) Station Number 4 cable on the Arleigh Burke Class (DDG) ships. This opportunity is a Sources Sought Notice aimed at identifying experienced firms capable of performing the required work, which is critical for maintaining the operational readiness of naval vessels. Interested parties are invited to submit a brief capabilities package that outlines their qualifications, including company profile, size status under NAICS Code 336611, and any relevant partnerships or agreements. Responses must be submitted by 10:00 a.m. PST on April 28, 2025, to James Legaspi at james.l.legaspi.civ@us.navy.mil, with no reimbursement for costs incurred in the submission process.
FY 25 Repair of Pier 237, 341, AND 516, Yokohama North Dock, Yokohama, Japan
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of Pier 237, 341, and 516 at Yokohama North Dock in Yokohama, Japan. The project aims to address deficiencies identified in the 2018 and 2022 pier inspection reports, which include tasks such as crack and spalling repairs, coating, bollard replacement, and the replacement of pier fenders. This repair work is crucial for maintaining the structural integrity and operational capability of the piers, which are vital for military logistics and operations in the region. Interested contractors can reach out to Charles Qi at charles.l.qi.civ@usace.army.mil or call 0464074823, or contact Ryan Marzetta at ryan.j.marzetta.civ@usace.army.mil or 0464078725 for further details regarding the solicitation.
DDG 124 and DDG 127 Post Shakedown Availabilities at Norfolk
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for Post Shakedown Availabilities (PSAs) for the DDG 51 Class Ships, specifically the HARVEY BARNUM JR. (DDG 124) and potentially the PATRICK GALLEGHER (DDG 127), at the Norfolk, Virginia homeport. The procurement aims to address deficiencies, execute new work items, and implement engineering changes while adhering to NAVSEA Standard Items and safety regulations. This opportunity is crucial for maintaining the operational readiness and compliance of naval vessels, ensuring they meet the required performance standards. Interested contractors should direct inquiries to Kurt Boyles at kurt.r.boyles.civ@us.navy.mil or Justin Rose at justin.p.rose6.civ@us.navy.mil, and are encouraged to review the attached solicitation documents for detailed requirements and submission guidelines.