USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
ID: N6264926RA018Type: 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 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.

    Point(s) of Contact
    Ai Gillard - Contracting Officer
    01181468163805
    (046) 825-7298
    ai.gillard.ln@us.navy.mil
    Files
    Title
    Posted
    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.
    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?".
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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).
    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.
    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.
    YC-1381 OVERHAUL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the overhaul of the YC-1381 vessel, with a performance period from March 1 to June 30, 2026. This procurement requires contractors to provide comprehensive labor, materials, and equipment for maintenance tasks, including towing, dry docking, hull cleaning, and structural repairs, adhering to specific naval standards and regulations. Eligible firms must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and be authorized to operate in Japan. Proposals are due by January 22, 2026, and interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil for further information.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    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.
    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 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.
    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.
    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.