Corrosion Prevention and Control
ID: M67854-25-R-5104Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134-6050, USA

NAICS

Automotive Body, Paint, and Interior Repair and Maintenance (811121)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)
Timeline
    Description

    The Department of Defense, specifically the Marine Corps Systems Command, is soliciting proposals for corrosion repair services at the Corrosion Repair Facility (CRF) located in Camp Kinser, Okinawa, Japan. The contractor will be responsible for providing comprehensive operational support, including inspection, disassembly, cleaning, body repair, surface preparation, coating application, and reassembly of government-owned vehicles and equipment, with a production target of 320 items per month across multiple military branches. This initiative is crucial for maintaining the operational readiness of military assets while adhering to safety and quality control standards, ensuring compliance with federal regulations. Interested contractors must submit their proposals by June 4, 2025, and can direct inquiries to Kimberly A. Stone at kimberly.a.stone@usmc.mil or Deshawn Gaines at deshawn.gaines@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for Corrosion Repair Facility (CRF) Services located in Okinawa, Japan, specifically aimed at the restoration of government-owned vehicles and equipment. The contractor selected will be responsible for providing labor, management, and materials to perform various corrosion repair tasks including inspection, disassembly, cleaning, and surface preparation, all while adhering to established performance work standards. The contract has a production target of 320 items per month for the U.S. Marine Corps, and a similar breakdown for the Army and Navy, with specific qualifications for each service. The repair cycle is set to 30 days, with mechanisms for notifying the government of any delays. Additionally, the contractor must manage hazardous materials in compliance with safety regulations, maintain detailed records of repairs, and achieve a high-quality assurance standard, with an acceptable quality level (AQL) of 95%. This solicitation demonstrates a commitment to maintaining the operational readiness of military equipment while ensuring adherence to safety and quality control measures, ultimately supporting the armed forces' mission readiness.
    The document outlines the amendment to solicitation M6785425R5104 regarding corrosion repair services for Government-owned vehicles and equipment at the Corrosion Repair Facility (CRF) in Okinawa, Japan. The amendment reflects alterations based on inquiries received during the solicitation's Questions and Answers period, including adjustments to production requirements and timelines. The updated contract stipulates a shift in service frequency from monthly to annual for specific Principal End Items (PEIs), impacting several Contract Line Item Numbers (CLINs). It emphasizes the contractor's obligation to deliver quality services that comply with detailed performance work statements while maintaining rigorous quality assurance inspections. Proposals must adhere to specified formatting, content, and evaluation criteria, focusing on technical understanding, management approaches, past performance, and pricing. The Government intends to award the contract based on a best-value assessment, as defined in the evaluation factors. This process ensures a thorough evaluation of proposals to align with mission requirements and contracting standards. Overall, the document serves as a vital component of the procurement process, aimed at facilitating effective maintenance and restoration services for military assets while ensuring compliance with Federal Acquisition Regulations (FAR).
    This document is an amendment to a federal solicitation that modifies the response submission deadline for a Request for Proposal (RFP) from May 28, 2025, to June 4, 2025. The solicitation, identified by ID M6785425R5104, outlines essential instructions for submitting proposals, emphasizing clarity, conciseness, and compliance with specific formatting standards. Proposals must address technical requirements, management approaches, and past performances with a focus on building comprehensive and competitive bids. Offerors are instructed to respond with their best offers without further discussions and to refrain from submitting multiple proposals. The document details submission procedures, including welcome questions from potential vendors, establishing deadlines for inquiries, and specifying submission formats (Word and PDF). Critically, it draws attention to the importance of adhering to proposal page limits and includes criteria for evaluating the offers based on technical understanding, management capabilities, past performance, and price. The government reserves the right to incorporate parts of successful proposals into the finalized contract. This amendment illustrates the federal process for engaging contractors in fulfilling government requirements while stressing meticulous adherence to specified guidelines.
    The document outlines a Request for Proposal (RFP) for corrosion repair services at the Corrosion Repair Facility in Okinawa, Japan. The contractor is required to deliver comprehensive repair services for various military vehicles and equipment, ensuring compliance with technical specifications and quality standards. Key tasks involve inspection, disassembly, cleaning, body repair, corrosion removal, and coating application, with an expected monthly output of 50-70 Principal End Items (PEI) across multiple military branches, including the USMC, Army, and Navy. The contract period spans eight months, with an option to extend for an additional twelve months. Performance metrics include adherence to a thirty-day repair cycle and achieving high quality assurance inspection pass rates. The contractor is responsible for managing inventory, materials, and safety compliance while utilizing government-provided facilities and equipment. The contract emphasizes the necessity for efficient logistical planning, timely communication with the government representatives, and strict adherence to safety and environmental regulations. This RFP exemplifies federal procurement processes, emphasizing standards for service delivery, operational efficiency, and client satisfaction in government contracting.
    The Marine Corps Systems Command is requesting assistance to evaluate the performance history of a contractor that provides corrosion repair services for government-owned vehicles and equipment. The contractor is responsible for comprehensive support including labor, management, tools, and materials necessary for services such as inspection, disassembly, cleaning, and reassembly. The document provides a questionnaire for evaluators to assess various aspects of the contractor's performance including quality of services, responsiveness to government requests, schedule compliance, technical capabilities, and customer satisfaction. Each category is rated on a scale from unsatisfactory to outstanding, with the overall performance rating indicating whether the contractor is highly recommended, recommended, or not recommended for future work. The gathered insights contribute to source selection decisions for federal contracts, ensuring accountability and quality in government procurement processes. All submitted information is considered source selection sensitive and safeguarded accordingly, emphasizing the importance of confidentiality in the evaluation process.
    The document outlines a pre-solicitation notice from the Marine Corps Systems Command regarding a requirement for corrosion repair services. This acquisition, using FAR parts 12 and 15 procedures, aims to provide field-level maintenance support, including inspection, body repair, surface preparation, and coating application at a facility in Okinawa, Japan. The NAICS code for this project is 811121, focusing on automotive repair and maintenance. The solicitation will be open for full competition and will assess proposals based on technical capability, past performance, small business participation, and pricing. A firm fixed-price contract is expected, covering five years with an initial eight-month base period and four one-year extensions. Offerors must submit a Small Business Participation Plan and be registered in the System for Award Management. The solicitation is anticipated to be released by April 2025 on sam.gov, and interested vendors will have 30 days to respond once it is officially issued. The government clarifies that this notice does not constitute a request for proposals nor a commitment to issue a solicitation.
    The document addresses inquiries and responses related to the USMC CPAC contract M67854-25-R-5104. It outlines updates to the Performance Work Statement (PWS), clarifying various operational aspects concerning the contractor's responsibilities for maintenance and repairs at the Corrosion Repair Facility (CRF) in Camp Kinser, Okinawa. Key adjustments include the removal of funded Contract Line Item Numbers (CLINs) for minor repairs and reimbursement clauses, shifted responsibilities for base pass approvals to Camp Butler, and confirmed that the contractor can operate tactical vehicles to facilitate production. Additionally, the document specifies working hours and outlines the provision of necessary materials and safety equipment. It also highlights that the impact of government policies, such as tariffs on international trade and personnel deployment challenges, remains uncertain. Overall, the memorandum serves to ensure clarity and operational efficacy within the framework of the contract, conforming to government requirements while maintaining production schedules and safety standards at the facility.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Surface Ship Corrosion Mitigation
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking contractor services for a Surface Ship Corrosion Mitigation Program aimed at assessing and remediating corrosion on naval vessels. The program includes twelve assessment events and training sessions for Ship's Force personnel on eight combatant ships and four amphibious ships, with the goal of conducting one assessment per ship each month. This initiative is critical for maintaining the operational readiness and longevity of naval vessels, ensuring compliance with military specifications such as MIL-PRF-16173 and MIL-PRF-81409. Interested contractors should contact Elysia Allen at elysia.m.allen2.civ@us.navy.mil for further details, and proposals must adhere to the outlined submission procedures, with a contract period of 12 months and an option for an additional year.
    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.
    Non-Tactical Vehicles (NTVs) Preventative Maintenance and Repair Service for U.S. Marine Corps Forces Korea (MARFORK)
    Dept Of Defense
    The Department of Defense is soliciting proposals from Women-Owned Small Businesses (WOSB) to provide preventative maintenance and repair services for Non-Tactical Vehicles (NTVs) at U.S. Marine Corps Forces Korea (MARFORK) facilities, specifically at Camp Humphreys and Camp Mujuk. The contract encompasses a range of services including monthly, semi-annual, and annual inspections, tire services, repair services, pick-up and delivery, and emergency towing, with a performance period extending from March 2026 to December 2030, including multiple option years. This contract is crucial for maintaining the operational readiness of military vehicles in the region, ensuring compliance with Korean Motor Manufacturer manuals and safety standards. Interested contractors must submit their proposals via the PIEE Solicitation Module by December 2, 2025, and can direct inquiries to Addison Park at addison.e.park.civ@army.mil or by phone at 315-755-0009.
    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.
    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.
    WORK BOAT MEDIUM-1 (WBM-1) PROPELLER AND SHAFT SEAL REPLACEMENT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Work Boat Medium-1 (WBM-1) Propeller and Shaft Seal Replacement project, scheduled for February 1 to February 28, 2026, at Yokosuka Naval Base, Japan. This contract involves the replacement of the port and starboard propellers and the port shaft seal on the WBM-1 work boat, which is critical for supporting Commander, Fleet Activities Yokosuka's port operations. Contractors must adhere to strict safety and engineering standards, providing all necessary labor and materials while ensuring compliance with occupational health and security requirements. Interested firms must submit their proposals by December 22, 2025, and can request access to detailed work specifications via email by December 16, 2025. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    Berthing and Messing Barge YRBM-57 Intermediate Maintenance Availability (IMAV)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Intermediate Maintenance Availability (IMAV) of the Berthing and Messing Barge YRBM-57, with a performance period from March 1 to June 15, 2026, at Yokosuka Naval Base in Japan. The procurement includes critical repair and upgrade tasks such as the installation of split air conditioning systems, inspection of sewage collection and holding tanks, and replacement of the cosmetic polymeric deck covering system, all of which require adherence to NAVSEA standards and the contractor's possession of an active U.S. Navy Master Agreement for Repair and Alteration of Vessels (MARAV). Interested contractors must submit their proposals by January 5, 2026, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications by contacting Kazuo Takamura or Peter Arrieta via email.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    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.
    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.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.