ContractSolicitation

USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan

DEPT OF DEFENSE N6264926RA018
Response Deadline
Jan 8, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle #5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.

Classification Codes

NAICS Code
336611
Ship Building and Repairing
PSC Code
J999
NON-NUCLEAR SHIP REPAIR (WEST)

Solicitation Documents

11 Files
Attachment VIII Source of Repair Instruction.pdf
PDF960 KB12/11/2025
AI Summary
The document is not a government file but rather an error message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader or seek further assistance with Adobe Reader. The message also includes trademark information for Windows, Mac, and Linux. This content is not relevant to government RFPs, federal grants, or state/local RFPs.
Attachment V Contract Data Sheet 26RA018.pdf
PDF140 KB12/11/2025
AI Summary
The Contract Data Sheet serves as a performance evaluation tool for federal government contractors. It details contract specifics such as number, completion date, type (Firm Fixed Price), item/service description, quantity, and period of performance. It also records customer information, including name, point of contact, address, and telephone/FAX. The performance information section uses a yes/no questionnaire to assess critical aspects like on-schedule delivery, compliance with specifications, need for rework, modifications relaxing requirements, contract terminations, and quality awards. Answers marked with an asterisk require a detailed narrative explanation, highlighting the document's role in documenting contractor performance and identifying areas needing clarification or corrective action.
Solicitation - N6264926RA018 REV1.pdf
PDF30093 KB12/11/2025
AI Summary
No AI summary available for this file.
Exhibit (A) DWY_6C1_Bundle 5 CDRL.pdf
PDF139 KB12/11/2025
AI Summary
DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. This form details the data items a contractor must deliver, their submission requirements, and pricing guidelines. It outlines fields for contract information, data item specifics like title, authority, and requiring office, and crucial instructions for both government personnel and contractors. Key aspects include definitions for various price groups (Group I-IV) based on the effort required to produce the data, distribution statements, and submission frequencies. For example, the Integrated Production Schedule (IPS) requires an initial submission within five days of contract award and subsequent submissions every 30 days until the start of availability. The document also provides contact information for submissions and emphasizes adherence to specific standards like NAVSEA Standard Item 009-60. The form ensures clear communication of data delivery requirements and associated costs in government contracts.
Attachment IX DWY_6C1_Bundle5 POP_List.xlsx
Excel25 KB12/11/2025
AI Summary
The document lists ICN/KO numbers with corresponding POP start and end dates, indicating periods of performance for various items. Several entries note that "Test requirements postponed" for T01 - T99, while others indicate an "Unforseen Test Requirement" also for T01 - T99. The specific ICN/KO entries include 38K4211005 / A01, 38K4212388 / A01, and several others from 38K42123BH to 38K4213910, each with an A01 or A02 designator and in some cases additional T-codes. The POP start dates are consistently March 30, 2026, with end dates varying between September 7, 2026, and December 14, 2026. This suggests a series of government contract or project identifiers with associated timelines and notes regarding testing statuses.
Attachment III GFP_List_V3 for Disclosure to KTR.xlsx
Excel9344 KB12/11/2025
AI Summary
This government file, Attachment 3, details Government Furnished Property (GFP) for a Department of Defense contract (N62649-26-F-A018) with an attachment date of November 28, 2025. Ai Gillard is the Government Contracting Officer. The document lists 104 requisitioned items, including various types of insulation, adhesives, plates, fasteners (nuts, screws, washers), gaskets, and other materials such as backing rings, cloth, and tape. Each item includes a line number, item name, description, National Stock Number (NSN), quantity, unit of measure, unit acquisition cost, and whether it is usable "as-is" and upgradable. The items are primarily designated for "MATERIAL ORDER FOR KTR" and are ordered for various internal contractor organizations identified by codes like C231A, C234, C232, and C226, along with specific personnel names and phone extensions. All listed items are marked as "true" for "USE AS-IS" and "No" for "UPGRADABLE?".
Attachment II Price Proposal Form N6264926RA018.xlsx
Excel183 KB12/11/2025
AI Summary
This document, Solicitation No. N6264926RAXXX, outlines the proposed work for the USS DEWEY (DDG-105) for FY26 6C1 XXXXXX, detailing 22 specific repair and maintenance tasks, referred to as TGIs (Total Government Initiatives). The file is structured to capture labor (in-house and sub-contractor man-hours and costs), material costs, and other direct costs (ODC) for each TGI, culminating in a total proposed price and evaluated price. Key tasks include inspections, repairs, and preservation of various ship systems and structural components, such as the Vacuum Collection Holding Tank (VCHT), Ship Service Gas Turbine Generators (SSGTG), structural members, deck plating, and the underwater hull. The document serves as a template for offerors to input their proposed costs and labor breakdowns for each TGI, with a note emphasizing that values are linked and manual input is only necessary for highlighted cells. A 9.00% Growth CLIN is also included.
Attachment IV Request for Information Form.pdf
PDF17 KB12/11/2025
AI Summary
The document, titled "ATTACHMENT IV: PRE-PROPOSAL INQUIRY (PPI)", outlines a standardized form for contractors to submit questions regarding a Request for Proposal (RFP). This form facilitates formal communication between contractors and the government during the proposal phase of federal government RFPs, federal grants, or state and local RFPs. Contractors are required to provide their name, the RFP number, and specific page numbers relevant to their inquiry. The lower section of the form is reserved for government use, detailing the technical reviewer's response, dates, and indicating any potential changes required for the specifications, drawings/references, requirements, or materials. This structured inquiry process ensures clear communication, addresses ambiguities, and documents all questions and government responses, which is crucial for fair and transparent procurement processes.
Attachment VII Warranty Tracking Information.pdf
PDF965 KB12/11/2025
AI Summary
The provided document indicates that the proper contents of a PDF document could not be displayed. It suggests that the user's PDF viewer may not be able to render the document type and recommends upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux. Links to download Adobe Reader and access further assistance are provided. The document also includes trademark information for Windows, Mac, and Linux. The purpose of this file appears to be a placeholder or error message within a larger government document or system, guiding users on how to view content that failed to load.
Attachment VI Quality Assurance Surveillance Plan (QASP).pdf
PDF672 KB12/11/2025
AI Summary
This Quality Assurance Surveillance Plan (QASP) outlines the U.S. Government's criteria and procedures for overseeing a contractor's performance for the USS DEWEY (DDG-105) FY26 project (Solicitation N6264926RA018). Its purpose is to ensure timely, adequate, and complete deliverables and adherence to contract requirements. Key government roles include the Administrative Contracting Officer (ACO), responsible for contract compliance and final performance determination, and the Project Manager (PM)/Contracting Officer Representative (COR), who handles technical administration and surveillance. Surveillance methods encompass direct observation, verification of documentation and deliverables, and inspections. Contractor performance will be rated as acceptable or unacceptable based on standards detailed in Enclosure (1), which covers schedule and reports, corrective action requests, accuracy of condition found reports, letters of concern/direction, and cure/show cause notices. Performance is continuously monitored and documented, contributing to past performance assessments in CPARS.
Solicitation - N6264926RA018.pdf
PDF2521 KB12/11/2025
AI Summary
This government solicitation, N6264926RA018, is a Request for Proposal (RFP) issued by NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY) for the repair and maintenance of the USS DEWEY (DDG-105) during its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle #5. The contract is a Rated Order under the Defense Priorities and Allocations System (DPAS) and is open only to firms with an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) authorized to operate in Japan. The work includes general repairs, adherence to NAVSEA and SRF-JRMC standards, and specific work items detailed in Attachment (I) Work Specification(s) for TGIs, accessible via DoD SAFE. The period of performance is from March 30, 2026, to September 7, 2026, at Commander, Fleet Activities Yokosuka (CFAY) Naval Base. The RFP outlines requirements for contractor-furnished materials, integrated production schedules, identification of conditions found, and procedures for descoping requirements. It also details strict safety regulations for the use of non-Navy owned cranes and comprehensive security requirements for contractor personnel, including background investigations, IT system access, and training for antiterrorism awareness, OPSEC, and Controlled Unclassified Information (CUI) handling. Payment requests will be processed through Wide Area WorkFlow (WAWF).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 3, 2025
amendedAmendment #1Dec 4, 2025
amendedLatest AmendmentDec 10, 2025
deadlineResponse DeadlineJan 8, 2026
expiryArchive DateJan 23, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSUP FLT LOG CTR YOKOSUKA

Point of Contact

Official Sources