AEGIS ASHORE MISSILE DEFENCE SYSTEM ROMANIA CMAV AND SRA
ID: N6817126RN001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLC SIGONELLA NAPLES OFFICEFPO, AE, 09622-0050, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting proposals for the AEGIS Ashore Missile Defense System (USAAMDS) maintenance and repair services in Deveselu, Romania. The procurement includes a Request for Proposal (RFP) for the Fiscal Year 2026, specifically targeting Selected Restrictive Availability (SRA) and Continuous Maintenance Availability (CMAV) work items, which encompass a range of maintenance tasks essential for the operational readiness of the missile defense system. This opportunity is critical for ensuring the ongoing functionality and safety of the USAAMDS, which plays a vital role in national defense. Proposals are due by January 12, 2026, at 2:00 PM Central European Time, and interested parties can reach out to Juan Carlos Tapia at juan.c.tapia5.civ@us.navy.mil or Anna Guarino at Anna.guarino4.ln@us.navy.mil for further information.

    Files
    Title
    Posted
    This government file outlines two distinct CLINs (Contract Line Items) for naval vessel maintenance: CLIN 0001 SRA (NAPL-501-26) and CLIN 0002 CMAV (NAPL-008-26). CLIN 0001 encompasses a broad range of services, including SPY Radar system maintenance, dematerialized water system flush, vertical ladder removal, preservation of various components like the Launcher Module Enclosure and Mast, Vertical Launch System preservation, antenna photos, combat systems discrepancy correction, support services for SA 95861 / USQ-T52A, antenna array staging, translator services, provision of portable toilets, and hazardous waste control. CLIN 0002 focuses on specific repairs and replacements, such as structural door latch repair, Antenna OE-570 Ground Strap weld repair, Spy Array Flange repair, vent damper system cable replacement, and the manufacture and replacement of handrail assemblies. Both CLINs detail pricing information, including labor hours, material costs, subcontractor expenses, and other costs, though most values are listed as zero or blank. The document also includes specific work item descriptions for hazardous waste control and crane, rigging, forklift, and transportation support, indicating the types and quantities of materials and services required, along with their unit and total prices.
    This government file, NAPL-501-26, outlines the specifications for maintenance and modernization work on the USAAMDS ROMANIA (HN 1) ship, including all changes through October 3, 2025. It details various standard items applicable to the job order, covering general criteria, environmental compliance, quality management, safety, and technical documentation. The file specifies several key work items: a chelate flush for the SPY Radar and Command and Decision Demineralized Water System, removal of vertical ladders, exterior preservation of Launcher Module Enclosures (LME1, LME2, LME3), preservation of the Mast, Hand Rails, and Brackets, preservation of the Vertical Launch System (VLS) MK 41 Launcher Top and Uptake Hatch, providing antenna photos, correcting combat systems discrepancies, providing support services for SA 95861 / USQ-T52A, and installing antenna array temporary staging and protective covers. Each work item includes detailed requirements, references, and notes, emphasizing safety, environmental regulations, and coordination with the designated SUPERVISOR. The document also provides specific material requirements, such as chelate chemicals, demineralized water, paints, and fasteners, and outlines security classifications for certain equipment and spaces.
    The Naval Supply Command (NAVSUP) Fleet Logistics Center Sigonella (FLCSI) Naples Detachment has issued Amendment 01 to the Pre-Solicitation Notice for the United States Aegis Ashore Missile Defense System (USAAMDS) Fiscal Year (FY) 2026 Selected Restrictive Availability (SRA) and Continuous Maintenance Availability (CMAV). The repair works will take place at the USAAMDS Naval Facility Support in Deveselu, Romania. This amendment provides details for a site visit scheduled for Thursday, December 11, 2025, in Deveselu, Romania. Companies are limited to four attendees, and requests to attend must be submitted by December 4, 2025, at 10:00 AM CET to Mr. Guasch, Ms. Guarino, and Ms. Di Lieto. While attendance is not mandatory, it is highly recommended for offerors. The U.S. Government will not reimburse site visit costs. Contractors can submit comments or questions regarding the work items by December 15, 2025, at 1:00 PM CET to Ms. Annamaria Guarino and Ms. Maria Di Lieto.
    The Naval Supply Command (NAVSUP) Fleet Logistics Center Sigonella (FLCSI) Naples Detachment issued an amendment to the Pre-Solicitation Notice for the United States Aegis Ashore Missile Defense System (USAAMDS) Fiscal Year (FY) 2026 Selected Restrictive Availability (SRA) and Continuous Maintenance Availability (CMAV). The repair work will occur at the USAAMDS Naval Facility Support in Deveselu, Romania. The amendment changes the submission deadline from December 4, 2025, to November 17, 2025. A site visit is scheduled for December 11, 2025, in Deveselu, Romania, with a maximum of four attendees per company. Requests to attend the site visit must be submitted by November 17, 2025, at 13:00 PM CET. Attendance is not mandatory but is encouraged. Contractors can submit comments or questions regarding the work items by December 15, 2025, at 13:00 PM CET.
    Attachment S-1 of the US AEGIS Ashore Missile Defense System outlines the requirements for offerors to provide past performance and CPARS information. This document is crucial for federal government RFPs, specifically for contractors bidding on projects related to missile defense systems. Offerors must detail contract specifics, including numbers, CPARS completion dates, contract types, ship names, availability, total award amounts, and performance periods. A key component is providing a detailed description of work performed, demonstrating its similarity to Attachment J-2 (Work Specification Package). This includes aspects like ship systems (propulsion, electrical, communication, HVAC), hull/structural work (welding, repairs), preservation efforts, dry-dock duration and scope, material control, quality control, facilities, key personnel, OEM management, and contract management (schedule, critical path analysis, on-time completion, growth/new work impact). The document also requires identification of the procuring agency's points of contact and whether the offeror acted as a prime or subcontractor, emphasizing the need to detail only the portions performed by the offeror if a subcontractor. This attachment ensures a thorough evaluation of an offeror's capabilities and past performance in similar complex defense projects.
    The "US AEGIS ASHORE MISSILE DEFENSE SYSTEM (USAAMDS) ATTACHMENT S-2 (Past Performance Questionnaire)" is a critical document for competitive offers related to ship repair and maintenance at the USAAMDS Naval Facility in Deveselu, Romania. Offerors must request current or former customers to complete this questionnaire and submit it to NAVSUP Fleet Logistics Center Sigonella (FLCSI) Contract Specialists before the solicitation's closing date. Late submissions or questionnaires submitted directly by the Offeror may be disregarded. The questionnaire, divided into sections for the Offeror and the Evaluator, collects detailed information on past contract performance, including quality, timeliness, responsiveness, and cost control, using an adjectival rating system (Outstanding, Acceptable, Unacceptable, Not Applicable). This information is crucial for the source selection process, though the content will not be released to other parties.
    This document is a Use and Non-Disclosure Agreement (NDA) for technical data related to the US AEGIS ASHORE MISSILE DEFENSE SYSTEM (USAAMDS) in Deveselu, Romania, under solicitation #N6817126RN001. The Recipient agrees to use the data solely for proposal support, restricting its disclosure to authorized subcontractors and suppliers. It mandates strict security measures for limited rights data, adherence to U.S. laws and jurisdiction for disputes, and indemnification of the Government against misuse. Successful offerors must comply with DFARS 252.227-7025, while unsuccessful ones must destroy all data copies and provide a destruction statement within 30 days of non-selection.
    Amendment 0001 to Solicitation N6817126RN001 addresses vendor inquiries and modifies contract clauses. The amendment clarifies that while an active SAM.gov registration is required for award consideration, offerors are not mandated to be registered under a specific NAICS code to be eligible. Proposals will be evaluated based on the submission requirements in Section L and criteria in Section M of the solicitation. Additionally, the clause 52.249-2, "Termination for Convenience of the Government (Fixed-Price)," has been updated, changing its effective date from April 2012 to March 2012. This amendment ensures clarity for prospective vendors and updates key contractual terms for the solicitation issued by NAVSUP FLC SIGONELLA NAPLES OFFICE.
    This document, Standard Form 30, outlines the procedures for amending solicitations and modifying contracts or orders within government procurement. It details how offers must acknowledge amendments, either by returning signed copies, noting receipt on the offer, or through separate communication, emphasizing that failure to acknowledge prior to the deadline may lead to rejection. The form also specifies the methods for modifying existing contracts or orders, including change orders, administrative changes, supplemental agreements, or other specified modifications. It requires the contractor to sign and return copies for contract modifications. The document covers essential information such as contract ID, amendment/modification number, effective date, and details of the issuing and administering offices. It ensures that, except as explicitly changed, all original terms and conditions remain in full force and effect.
    This government solicitation, N6817126RN001, is a Request for Proposal (RFP) for the Fiscal Year 2026 (FY26) Selected Restrictive Availability (SRA) and Continuous Maintenance Availability (CMAV) for the U.S. AEGIS ASHORE MISSILE DEFENSE SYSTEM (USAAMDS) ROMANIA, Host Nation 1 (HN1). The work, detailed in Attachment J-2 (Work Specification Package), includes thirteen SRA work items (CLIN 0001) and five CMAV work items (CLIN 0002), both priced as Firm Fixed Price. An option line item (CLIN 0003) is included for additional growth requirements. The period of performance runs from May 4 through September 30 at the Naval Support Facility, Deveselu, Romania. The document outlines instructions for offerors, contract clauses, and specific requirements for packaging, inspection, acceptance, and electronic invoicing via Wide Area WorkFlow (WAWF). It also addresses hazardous materials, item unique identification, and antiterrorism/force protection for contractors outside the United States. Proposals are due by December 22, 2025, at 2:00 PM Central European Time.
    Similar Opportunities
    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.
    AEGIS Fielding and Sustainment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors to provide engineering support, software development, in-service maintenance, integration, logistics, and fielding support for the AEGIS combat system configurations that have already been delivered or are in the process of being delivered to the U.S. Navy fleet. This contract, titled "AEGIS Fielding and Sustainment," is critical for ensuring the operational readiness and effectiveness of the AEGIS fire control systems, which play a vital role in naval defense capabilities. Interested parties can reach out to primary contact Daniel Kittrell at daniel.m.kittrell.civ@us.navy.mil or by phone at 202-781-5405, or secondary contact Zachary Cooper at zachary.h.cooper2.civ@us.navy.mil or 202-781-0676 for further details regarding this opportunity.
    VOYAGE REPAIRS (VR)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting proposals for Voyage Repair (VR) services for the USNS SHIP (T-AKE). The procurement involves specific tasks such as exterior weather deck handrail replacement and various preservation and modification activities, which are to be executed under a Firm Fixed Price contract. These services are critical for maintaining the operational readiness and safety of naval vessels, ensuring they meet the required standards during their voyages. Interested contractors must submit their quotes by January 26, 2026, with the work scheduled to take place in Portsmouth, UK, from April 7 to April 21, 2026. For further inquiries, potential bidders can contact Antonella De Fraia Frangipane at Antonella.defraiafrangipane.ln@us.navy.mil or Estevan Glatt at estevan.e.glatt.mil@us.navy.mil.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.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.
    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.
    AMD 0001 AGMS Production FY26, Sole Source to Lockheed Martin
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the production and engineering services of Air-to-Ground Missile Systems (AGMS), specifically targeting HELLFIRE and JAGM missiles for fiscal year 2026. The procurement aims to establish a new subsumable contract under the existing Umbrella Contract SPE4AX22D9000, with a primary contract type of Firm Fixed Price and a secondary type of Cost Plus Fixed Fee, detailing specific missile variants and their respective minimum and maximum quantities. This acquisition is crucial for maintaining the operational readiness and effectiveness of U.S. military capabilities in guided missile technology. Interested parties must submit their proposals by January 26, 2026, at 4:00 PM CST, and all communications should be directed in writing to the DLA contracting team, specifically to Anna Phillips at anna.phillips@dla.mil or Mallory Medley.
    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.
    FMS - Multiple Countries; Sole Source to RTX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of specific electronic components related to the Patriot Missile System, under the RFP SPRRA2-25-R-0070. The selected contractor, Raytheon Corporation, is required to submit detailed proposals for parts intended for Taiwan, Poland, and Korea, including comprehensive cost data and documentation by the deadlines of July 14, 2025, and subsequent amendments extending proposal due dates for specific countries. These components, which include various circuit card assemblies and specialized electronic parts, are crucial for the maintenance and enhancement of defense systems, emphasizing the importance of timely and accurate procurement. Interested parties can reach out to Kelsey Brown at kelsey.e.brown@dla.mil for further information regarding this opportunity.
    MAK VT SWM
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for software and maintenance services under the solicitation N0017826Q6657. The procurement focuses on obtaining maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software, which are critical for ensuring compatibility with existing shipboard systems and minimizing procurement delays. This opportunity is not set aside for small businesses, and only authorized resellers are eligible to submit quotes, with a firm fixed-price contract anticipated to be awarded by February 6, 2026. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.