USS JOHN FINN (DDG-113) FY26 SIA
ID: N6264925RA068Type: 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 repair and maintenance of the USS JOHN FINN (DDG-113) as part of its Fiscal Year 2026 Surface Incremental Availability (SIA) program. The procurement involves specific modifications and repairs, including the installation of a Bolted Equipment Removal Plate (BERP) and compliance with updated military standards for fire safety and structural integrity. This contract is critical for maintaining the operational readiness and safety of naval vessels stationed at Yokosuka Naval Base in Japan. Interested contractors must submit their proposals by August 12, 2025, and access to detailed work specifications is available upon request to designated Navy contacts by August 4, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Request for Information (RFI) associated with the federal RFP number N6264925RA068. It serves as a template for contractors to submit questions related to the RFP. The structure includes designated sections for contractor questions and government reviewers' responses, ensuring clarity on technical inquiries and requested modifications. It also records administrative details such as technical reviewer names, dates of response, and specific requests regarding changes to specifications, drawings, requirements, or materials. The purpose of this RFI is to facilitate communication between the contractor and government entities, allowing for precise information gathering and clarification prior to proposal submissions, ultimately enhancing the efficiency of the procurement process. This approach is indicative of best practices in federal contracting, aiming to achieve transparency and comprehensive understanding for all parties involved.
    The document outlines the modification instructions for the Bolted Equipment Removal Plate (BERP) on the USS JOHN FINN (DDG-113). It details the scope of work required for the BERP, including specific modifications and materials necessary for the job. The project targets areas within the 02 Level Weather and other engine rooms on the ship to comply with updated standards and requirements for non-flammable closures affecting fire zone boundaries. Key aspects include the installation of new label plates, securing fittings, and insulation materials, alongside rigorous testing protocols for structural integrity and watertightness. The process mandates inspections and certifications post-modification, specifying the start date for contractor work and expected completion timeline. The document emphasizes adherence to military and safety standards, including specific torque requirements and the need for zero-leakage installations. It is crucial for maintaining operational safety and compliance aboard naval vessels, thus illustrating the Navy's focus on effective asset maintenance and modernization.
    The document outlines a proposal related to the USS John Finn (DDG-113) under solicitation number N6264925RA068, specifically for a surface incremental availability (SIA) increment. It includes details on various contract line items (CLINs), highlighting that proposed labor, material, and other direct costs (ODC) are all currently assessed as zero. The proposal features labor and cost breakdowns for a specific task: modifying the bolted equipment removal plate. Offerors are instructed to fill in highlighted cells with relevant data regarding in-house and subcontractor labor costs and material estimates, which currently reflect no costs. The summary conveys the importance of accurate data entry for total calculation and emphasizes adherence to established pricing formats. The document is structured to guide offerors in presenting their pricing related to projected labor hours, material quantities, and relevant costs, essential for bidding within the framework of federal procurement processes. Overall, it emphasizes compliance with procedural requirements for government contracting while awaiting detailed inputs from potential contractors.
    The document outlines the provision and requisition of Government Furnished Property (GFP) for a Department of Defense (DoD) contract led by Contracting Officer Peter Arrieta. It specifies various items including adhesives, bolts, insulation, plates, screws, and more, alongside their National Stock Numbers (NSNs) and associated details like manufacturer information and costs. Each item listed is ordered for different contractors, primarily associated with personnel C. Watanabe and H. Ito. It highlights the contractual requirements for managing and delivering the identified materials, indicating their usage conditions and quantities. The purpose of this document is to facilitate the procurement process by providing a comprehensive inventory of required items and their specifications, supporting federal and local contracting procedures.
    The file appears to be inaccessible due to formatting issues that prevent it from displaying its content correctly. Therefore, I am unable to extract any information or summarize the key topics, ideas, or supporting details typically found in government Requests for Proposals (RFPs), federal grants, or state/local RFPs. It is essential for users to ensure they have an appropriate PDF viewer, such as the latest version of Adobe Reader, to access and read the document effectively. Without the actual content, a comprehensive summary including main topics and supporting details cannot be accurately provided.
    The government file is currently unavailable for display and contains instructions for users experiencing issues with their PDF viewer. It suggests upgrading to the latest version of Adobe Reader to access the document properly and provides links for further assistance. The file does not present any specific information regarding federal RFPs, grants, or state and local RFPs as intended. Consequently, no key ideas or details can be extracted, analyzed, or summarized from this file since it primarily addresses technical difficulties related to document accessibility and does not convey substantial content about government initiatives, proposals, or funding opportunities.
    The Quality Assurance Surveillance Plan (QASP) for the USS John Finn (DDG-113) outlines the standards and procedures for monitoring contractor performance during the Fiscal Year 2026 Surface Incremental Availability (SIA). It defines the roles of key personnel, including the Administrative Contracting Officer (ACO) and the Project Manager/Contracting Officer Representative (PM/COR), who will ensure compliance with contract terms and oversee performance. The QASP lists acceptable performance standards and details multiple surveillance methods, including direct observation, documentation verification, and inspections. The contractor's performance will be assessed continuously, with evaluations resulting in either acceptable or unacceptable ratings. Documentation of performance will contribute to the Contractor Performance Assessment Report System (CPARS), and specific deliverable requirements and corrective actions are outlined to ensure timely and adequate responses. The document emphasizes clear reporting protocols and the contractor's obligations to address issues as per established timelines and standards, thereby ensuring the delivery of quality outcomes in line with federal contracting guidelines.
    The solicitation document outlines a request for proposals (RFP) for the repair and alteration of the USS JOHN FINN (DDG-113) at Yokosuka Naval Base. It specifies that contractors must have an active Master Agreement for Repair and Alteration of Vessels with the U.S. Navy to be eligible for award. The contract period spans from November 10, 2025, to January 20, 2026, requiring detailed technical specifications and project management from contractors, including proper scheduling and compliance with Navy quality standards. Access to project specifications is restricted and must be requested via email to designated Navy officials. Critical tasks include submitting an itemized price breakdown, attending planning meetings, and managing government-furnished materials. The RFP emphasizes systematic quality assurance and inspection throughout the project's execution, requiring the contractor to maintain a quality management system to ensure compliance with specified standards. The document establishes the foundational steps for contractor engagement, ensuring both performance standards and regulatory compliance within the context of naval operations and maintenance. Overall, this RFP reflects the Navy's structured approach to procurement, underlining the necessity for eligibility, performance management, and quality oversight in government contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Loading similar opportunities...