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
    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
    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.
    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.
    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.
    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.
    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.
    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
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG-105) during its scheduled maintenance period from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Eligible contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and are required to manage Government Furnished Material (GFM) while adhering to strict NAVSEA and SRF-JRMC standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring they meet the necessary safety and performance standards. Proposals are due by January 2, 2026, with access to work specifications available through DoD SAFE upon request by December 22, 2025; interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information.
    USS BLUE RIDGE 5C1 DSRA TYCOM 7 (YOKOSUKA, JAPAN)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS BLUE RIDGE (LCC-19) as part of a Drydocking Selected Restricted Availability (DSRA) project. This procurement involves a comprehensive package of work items, including structural repairs, system testing, and maintenance tasks, with a performance period scheduled from July 21, 2026, to June 20, 2028. The selected contractor must possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) and be authorized to operate in Japan, ensuring compliance with stringent safety and quality standards. Interested parties must submit their proposals by October 17, 2025, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications via email to the designated contacts.
    USS Rafael Peralta (DDG-115)6A1 CMAV ICN/KO: 38K6A99101-A01,38K6A62501 -A01
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for scaffolding installation and removal services in support of the USS Rafael Peralta (DDG-115) at Yokosuka Naval Base, Japan. The contract is specifically aimed at firms with an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) that are authorized to operate in Japan, emphasizing compliance with NAVSEA and SRF-JRMC standards for quality assurance and operational procedures. Proposals must be submitted by December 19, 2025, at 10:00 AM Japan Standard Time, with access to detailed work specifications available through DoD SAFE upon request by December 15, 2025. Interested parties can contact Yoko Yamaguchi at yoko.yamaguchi.ln@us.navy.mil for further inquiries.
    LCU-1651 DSRA 6B1 44pkg (svc)
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the LCU-1651 vessel, with a focus on a comprehensive scope of work involving forty-four Industrial Control Numbers (ICNs) and anticipated growth work. The procurement aims to address critical maintenance needs, including structural repairs, preservation tasks, and upgrades essential for the operational readiness of the vessel, which plays a vital role in naval operations. Interested contractors must possess a current Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) with the U.S. Navy, with the contract expected to be awarded by January 30, 2026. For further inquiries, contractors can contact Hiromi Kurita at hiromi.kurita.ln@us.navy.mil or Jason M. Rankin at jason.m.rankin6.civ@us.navy.mil.
    N0002426R4405 USS DONALD COOK (DDG 75) Sources Sought
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY27 Dry Docking Selected Restricted Availability (DSRA) of the USS DONALD COOK (DDG 75). The procurement aims to identify industry capabilities and interest in performing extensive maintenance and modernization work, including significant upgrades to various systems and structural repairs, scheduled from January 11, 2027, to April 15, 2028. This project is critical for maintaining the operational readiness of the vessel and involves approximately 70,000 man-days for maintenance and 15,000 for modernization, requiring contractors to have specific facilities and capabilities, including a dry dock suitable for a DDG51 Class Ship. Interested parties must submit their letters of interest by 4 PM Local Time on January 2, 2026, to the designated contacts, Brian Romano and Alicia Vesey, via the provided email addresses.
    Justification and Approval - N4523A23C0561
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair, maintenance, and modernization of the USS SAMPSON (DDG 102) as part of its Fiscal Year 2023 Selected Restricted Availability. This opportunity involves a contract awarded under the Justification and Approval process, focusing on non-nuclear ship repair services at the Puget Sound Naval Shipyard in Everett, Washington. The successful contractor will play a crucial role in ensuring the operational readiness and longevity of naval assets. Interested parties can reach out to Charles Smith at charles.r.smith1021.civ@us.navy.mil or by phone at 360-633-9342, or contact Cheri Richards at cheri.r.richards.civ@us.navy.mil or 425-304-5522 for further details.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the USS CURTIS WILBUR, a guided missile destroyer, ensuring it meets the Navy's operational standards. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701, or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil or 619-261-5728 for further details.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This sole source contract action aims to add a new work item to an existing firm fixed price contract with NASSCO, which is currently performing urgent ship repairs in its shipyard, making it impractical for other companies to undertake the necessary work. The availability is critical for completing essential upgrades before deployment, ensuring the ship's operational capability and mission readiness. Interested parties can contact Kristin Porter at kristin.n.porter2.civ@us.navy.mil or 619-571-5701 for further details regarding this procurement.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.