J998 - AEGIS ASHORE MISSILE DEFENCE SYSTEM ROMANIA CMAV AND SRA
ID: N6817126RN001Type: Presolicitation
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)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Sigonella, is soliciting proposals for the Fiscal Year 2026 Selected Restrictive Availability (SRA) and Continuous Maintenance Availability (CMAV) for the U.S. AEGIS Ashore Missile Defense System (USAAMDS) located in Deveselu, Romania. The procurement includes a comprehensive scope of work, encompassing thirteen SRA work items and five CMAV work items, with a focus on maintenance and modernization of critical systems such as the SPY Radar and various structural components. This contract is vital for ensuring the operational readiness and reliability of the missile defense system, which plays a key role in regional security. Proposals are due by December 22, 2025, at 2:00 PM Central European Time, and interested parties can contact Juan Carlos Tapia at juan.c.tapia5.civ@us.navy.mil or Anna Guarino at Anna.guarino4.ln@us.navy.mil for further information.

    Point(s) of Contact
    Juan Carlos Tapia 39 081-568-6408
    juan.c.tapia5.civ@us.navy.mil
    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.
    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
    Request for Information - Engineering Services and Supplies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI)/Sources Sought (SS) to gather insights on engineering services and supplies necessary for the sustainment and enhancement of the AEGIS Weapon System and AN/SPY Radar Signal Processor. This initiative aims to explore alternatives to a sole-source award to Lockheed Martin for a five-year Basic Ordering Agreement (BOA), which is being considered due to concerns over substantial duplication of costs and potential delays associated with competitive procurement. Interested contractors are invited to submit capability statements, product literature, and white papers to challenge the sole-source justification, with responses due by December 10, 2025, at 2:00 PM EST. For further inquiries, interested parties may contact Kathryn Muessig at Kathryn.m.muessig.civ@us.navy.mil or by phone at 812-381-7158.
    USS DEWEY (DDG-105) FY26 6C1 SRA(d) 38K4244119 S/A 92881K, Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Selected Repair Availability (SRA) of the USS DEWEY (DDG-105) at Yokosuka Naval Base, Japan, scheduled from March 30, 2026, to June 20, 2026. 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, as the contract involves critical ship repair and maintenance tasks essential for naval operations. Offerors are required to submit detailed price proposals and request access to work specifications via DoD SAFE by December 9, 2025, with all proposals due by December 17, 2025, at 10:00 AM Japan Standard Time. For further inquiries, interested parties may contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil.
    AEGIS Fielding and Sustainment
    Buyer not available
    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.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS DEWEY (DDG-105) during its scheduled availability from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award, and the work will include structural, sheet metal, and rigging tasks, along with managing anticipated growth work. This procurement is critical for maintaining naval readiness and operational capability, ensuring that the USS DEWEY remains in optimal condition for future missions. Proposals are due by December 15, 2025, and 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 and access to the work specifications.
    AN/SPY-6(V) Production RFI/Sources Sought
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Sources Sought Request for Information (RFI) regarding the production of the AN/SPY-6 radar variants, which include the Air and Missile Defense Radar (AMDR) and the Enterprise Air Surveillance Radar (EASR). The procurement aims to competitively award a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the production and integration of these advanced radar systems, which are critical for naval vessels such as destroyers and aircraft carriers. Interested companies are encouraged to participate in upcoming industry days and provide feedback on the draft solicitation, with the first industry day scheduled for December 15, 2025, and a deadline for feedback on the draft sections set for January 19, 2026. For further inquiries, companies may contact Spencer Bryant or Alexander Gosnell via email.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    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, overhaul, preservation, and replacement work, encompassing twenty-two Task Group Instructions (TGIs) that adhere to NAVSEA and SRF-JRMC standards. This contract is critical for maintaining the operational readiness of the USS DEWEY and ensuring compliance with safety and security regulations during the repair process. Proposals are due by January 8, 2026, at 10:00 AM, and interested parties should submit their proposals to Takayo Shiba via email at takayo.shiba.ln@us.navy.mil. The period of performance for the contract is set from March 30, 2026, to September 7, 2026.
    P111 EDI: Ordnance Magazines, Sigonella, Italy
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is soliciting proposals for the construction of ordnance magazines at the Naval Air Station in Sigonella, Italy. This firm-fixed-price, design-bid-build project includes the construction of four reinforced concrete high explosive box-H type magazines, two modular storage magazines, and a high-bay maintenance facility, with a total contract completion time of 1,080 calendar days for the base bid and 1,460 days if options are awarded. The project is critical for enhancing the storage and maintenance capabilities of ammunition facilities, ensuring compliance with safety and operational standards. Interested contractors must register in the System for Award Management (SAM) and adhere to specific Italian certifications, with proposals due by January 20, 2026, at 2:00 PM local time. For further inquiries, contact Liz Roberts at elizabeth.l.roberts31.civ@us.navy.mil.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    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.