Solicitation N6264925RA019: USS MILIUS (DDG 69) FY25 5J1 Surface Incremental Availability (Yokosuka, Japan)
ID: N6264925RA019Type: 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 Surface Incremental Availability (SIA) of the USS Milius (DDG-69) scheduled for fiscal year 2025. The procurement encompasses a range of ship repair and maintenance tasks, including nine Task Group Instructions (TGIs) that involve various overhaul, preservation, and replacement activities onboard the vessel. This initiative is critical for maintaining the operational readiness and safety of naval vessels, ensuring compliance with military standards and regulations. Proposals must be submitted by February 12, 2024, with the work period set from May 12, 2025, to July 12, 2025. Interested contractors can contact Kazuo Takamura at kazuo.takamura.ln@us.navy.mil or Peter Arrieta at peterjommel.s.arrieta.ln@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Work Instruction regarding the replacement of the false deck plate in compartment 03-128-1-Q of the USS Milius (DDG-69). It specifies the project scope, including the removal of existing false deck panels and the installation of new composite panels following set guidelines. The work is scheduled to commence on May 12, 2025, and conclude by July 4, 2025. The document details the materials required, including specific honeycomb and composite types, their specifications, and the responsibilities of various roles involved, such as the Work Integration Manager and planner. Additionally, it references government-furnished materials and services to be provided for the project. Overall, this document serves as an instruction manual for the proper execution of the deck plate replacement, ensuring compliance with Navy standards and safety protocols.
    The document outlines the WebAIM Short Form Task Group Instruction for a project aimed at preserving bulkhead plating and replacing the nonskid system in passage area 01-118-4-L aboard the USS Milius (DDG-69). Scheduled between May 12, 2025, and July 4, 2025, the project involves the preservation and replacement of approximately 2,400 square feet of bulkhead plating, several foundations for lighting fixtures, and addressing corroded brackets in specific frames. The work covers areas accessible without compartment insulation and requires strict adherence to surface preparation and nonskid application standards. Key personnel involved include M. Haga as planner and T. Yaginuma as the Work Integration Manager. The document references associated standard items, inspection requirements, and the absence of government-furnished materials. Notably, it underscores the importance of meeting safety and quality assurance protocols during execution. This instruction aligns with government RFP practices, showcasing the structured approach to facility maintenance and compliance with operational standards for military vessels.
    The document outlines a Technical Guidance Instruction (TGI) concerning modifications to the Bolted Equipment Removal Plate (BERP) aboard the USS Milius (DDG-69), specifically targeted at improving the equipment in the 03 Level Weather zone on the starboard side. The work is set to occur between May 12, 2025, and July 4, 2025, and involves integrating non-flammable materials due to fire zone regulations. A variety of components, including securing fittings and insulation materials, are specified, with a detailed material list included. The document emphasizes rigorous non-destructive testing for newly installed fittings, stringent inspection protocols, and necessary certifications to ensure the adherence to safety regulations. Notably, the use of torque values during installation, sealant for watertight integrity, and maintenance of structural boundaries during modification are stressed. The thorough nature of the outlined procedures demonstrates the commitment to maintaining the ship’s operational integrity while ensuring compliance with established safety and workmanship standards.
    The document outlines the task group instructions for the removal and replacement of a peel and stick nonskid system on the 06 level deck of the USS Milius (DDG-69). The project involves replacing 290 square feet of nonskid covering and 12 shroud plates on specified frames, emphasizing compliance with established naval standards. The work is slated to begin on May 12, 2025, and conclude by July 4, 2025. Key procedures include adherence to specific regulations pertaining to the installation of the nonskid covering, using materials as specified by military performance requirements. The document also details the necessary government-furnished materials and services, such as safety inspections and crane operations, crucial for executing the work safely and efficiently. Additionally, important contact information for project managers and planners is provided to facilitate coordination. This document serves as a crucial directive in ensuring the maritime vessel's safety and operational readiness while aligning with regulatory compliance and maintenance standards.
    The document outlines the instructions for replacing the deck covering in compartment 05-131-0-Q aboard the USS Milius (DDG-69). The project, identified by job control number CF02-3013, specifies the removal and installation of electrical grade sheet deck covering, including a total of 374 square feet of new material, adhering to military specifications for performance and color. The work is scheduled to begin on May 12, 2025, and to be completed by July 4, 2025. Key responsibilities include the preparation and execution of work plans, compliance with safety protocols, and ensuring quality assurance inspections. The document also mentions special requirements due to potential asbestos hazards, underlining the need for caution during work. It involves collaboration between multiple personnel, including a work integration manager and various contractors, with specific government-furnished materials and services noted. The overarching aim is to maintain operational integrity and safety aboard the vessel while facilitating necessary upgrades according to military standards.
    The document outlines the Task Group Instruction for replacing pipe lagging, duct, and compartment insulation in the engine room (4-174-0-E) of the USS Milius (DDG-69). It specifies the scope of work, materials, and references necessary for completing the project. Key details include the need to update incorrect references, list specific insulation quantities and types required, and define the timeline for contractor work—from May 12, 2025, to July 4, 2025. The document emphasizes applicable safety measures, including inspections for structural integrity and responses to potential asbestos hazards. It also outlines government-furnished materials and associated services that will be provided during the process. The task aims to preserve the ship's systems while adhering to established military standards. This project is essential for maintaining operational readiness and safety standards within the Navy fleet operations.
    The document outlines a task group instruction for the USS Milius (DDG-69) concerning the replacement of the nonskid system in the torpedo magazine area (1-370-8-M). The project aims to replace 150 square feet of deck plating and vertical surfaces up to five inches in height in specified areas while excluding locations with installed insulation. The work is scheduled to commence on May 12, 2025, and conclude by July 4, 2025. The application must comply with specific military performance standards, specifically MIL-PRF-24667, and will utilize a white color topping. The preparation and approval process is documented, with contact details for planners and managers involved. Furthermore, government-furnished materials are noted as not applicable, while required utility and safety inspections will be provided by SRF-JRMC. This task group instruction serves as a guide for contracting and executing the necessary upgrades on the ship's deck, emphasizing adherence to military standards and safety protocols. Overall, this document is typical of government requests for proposals (RFPs) concerning military maintenance contracts, emphasizing planning, compliance, and detailed procedural requirements.
    The document outlines the WebAIM Short Form Task Group Instruction (TGI) for the installation and removal of scaffolding on the USS Milius (DDG-69) as part of scheduled maintenance work by the Ship's Force. The task covers various locations on the ship, specifically between different frame levels on both the port and starboard sides, with specific areas identified for scaffolding assembly related to maintenance and preservation tasks for antennas and platforms. Key stakeholders are identified, including the planner and work integration manager, along with approval and review signatures. The document specifies no initial conditions, outlines the work processes required for safeguarding personnel, and lists no government-furnished materials. The planned work timelines indicate a start date of May 12, 2025, and completion by July 4, 2025. Additionally, it refers to relevant NAVSEA Standard Items and complies with established safety regulations for scaffolding. Overall, the purpose of this document aligns with governmental needs to ensure the safety and maintenance of naval vessels, demonstrating regulatory adherence and operational efficiency within military infrastructure.
    The government document outlines a task instruction for the fiscal year 2025, focusing on providing crane, rigging, and rigging services for the USS Milius (DDG-69) under the code EXSY-L082. The primary objective is to complete these services over a defined 18-day work period, while adhering to weight restrictions of no more than 1,500 pounds. The work is scheduled to occur pier-side and throughout the ship on specified days, with operational hours from 08:00 to 17:00. The execution will require a proficient team consisting of four riggers and one supervisor. The contractor is expected to commence work on May 14, 2025, and complete it by July 12, 2025. The document assigns key personnel responsible for planning and management, confirming no government-furnished materials are involved. This task is significant for maintaining operational readiness of the ship's force within a structured work scope aligned with the Navy's requirements.
    The document outlines a Request for Proposal (RFP) related to maintenance projects for the USS Milius (DDG-69) as part of the FY25 5J1 SIA Bundle. It specifies work items, referred to as Targeted Group Items (TGIs), with each TGI focused on different repair or maintenance tasks, though all proposed costs (labor, materials, and other direct costs) are listed as ¥0, indicating that no proposals or expenses have been filled in. Key Work Items include tasks such as replacing deck coverings, preserving bulkhead plating, and modifying equipment in various ship locations. Each TGI summary emphasizes that data must be entered in specific highlighted cells for evaluation, and the labor hours, costs, and materials are yet to be determined. The purpose of the RFP appears to facilitate a structured bidding process for contractors to submit their costs and labor estimates for servicing the ship, underscoring transparency and accountability throughout the procurement process. This initiative reflects the federal government’s strategy to maintain military readiness through systematic and well-documented service contracts.
    This document is an attachment related to a Request for Information (RFI) under RFP Number N6264925RA007, designated for use by a contractor. Its primary purpose is to solicit questions from contractors involved in or interested in the bidding process. The structure includes essential fields for the contractor’s details, questions posed, and a section for government reviewers to provide feedback on the submitted inquiries. This feedback includes Technical Reviewer's remarks, dates, and specific changes to the proposal as indicated by various codes. The document underlines the importance of clarifying and addressing contractor inquiries to ensure a comprehensive understanding of the RFP requirements, thereby facilitating a smoother procurement process. Overall, while the file is short and concise, it plays a critical role in fostering communication between contractors and the government.
    The document serves as a contract data sheet for a firm fixed-price contract, containing essential details regarding contract performance and compliance. The sheet prompts the contractor to provide information about the contract number, date of completion, customer details, and the description of the services rendered. Key performance questions inquire whether services were delivered on schedule, met specifications, required modifications, or faced any terminations or disputes. It also asks for any quality awards received and corrective actions taken for issues encountered. Responses marked with an asterisk need further clarification, emphasizing accountability and quality assurance. This format aligns with the requirements frequently associated with government Requests for Proposals (RFPs) and grants, ensuring proper documentation and performance evaluation in government contracting.
    The document outlines Amendment 0001 to solicitation N6275825R5J1MIL05120704, which modifies the task order concerning ship repair services for the USS MILIUS DDG69. The key change involves expanding the scope from eight to nine Task Group Instructions (TGIs) and extending the Period of Performance (POP) end date from July 4, 2025, to July 12, 2025. Additional details include updated shipping addresses and delivery schedules, with work scheduled to commence on May 12, 2025, at Yokosuka Naval Base. Contractors must submit itemized price breakdowns for the services required, and failure to comply may lead to rejection of proposals. The amendment keeps all other terms unchanged and emphasizes adherence to the project timeline and deliverables as specified. This document reflects the government's continued efforts to manage and execute military ship repair contracts efficiently while ensuring compliance with federal regulations regarding procurement.
    This document is a Request for Proposal (RFP) from the NAVSUP Fleet Logistics Center Yokosuka regarding a contract for the repair and alteration of USS MILIUS (DDG-69). The successful offeror will be chosen based on their existing Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy. The repair and maintenance work is specified for execution from May 12, 2025, to July 4, 2025, at Yokosuka Naval Base. Offerors must submit their proposals by February 5, 2025, including detailed breakdowns of costs for the job. The contract requires compliance with specific technical standards, safety regulations, inspection protocols, and quality assurance measures. It also mandates adherence to Department of Defense information technology security policies, ensuring that contractor employees have the necessary clearances and training to access controlled environments and information systems. A robust system is in place for document submission, compliant invoicing, and oversight of crane operations during repairs. The document emphasizes accountability and regulatory adherence to ensure successful project completion within established timeframes, reflecting the U.S. Navy's rigorous standards and operational integrity in ship maintenance and repair contracts.
    Similar Opportunities
    USS DEWEY (DDG 105) FY25 SIA 5J1 Bundle 3 (Yokosuka, Japan)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for repair and maintenance services for the USS DEWEY (DDG-105) at Yokosuka Naval Base, Japan. The procurement encompasses a comprehensive package of work items detailed in the solicitation, which includes management, scheduling, and quality assurance to meet naval standards during the performance period from May 26 to August 4, 2025. This opportunity is critical for maintaining the operational readiness of naval vessels and ensuring compliance with defense regulations. Interested contractors must submit their offers by April 14, 2025, at 10:00 AM Japan Standard Time, and can direct inquiries to Kumi Matsumoto or Ai Gillard via the provided contact information.
    SHIP REPAIR REQUIREMENT:FY25 5C1 Chief of Naval Operation (CNO) Availability of USS HOWARD (DDG-83)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the USS HOWARD (DDG-83) as part of the Chief of Naval Operations (CNO) Availability for Fiscal Year 2025. Contractors authorized to operate in Japan are required to submit their proposals by March 14, 2025, with the anticipated work period spanning from April 7 to September 9, 2025, at the Yokosuka Naval Base. This procurement is critical for maintaining the operational readiness and safety of naval vessels, ensuring compliance with stringent quality management systems and safety regulations. Interested contractors should direct inquiries to Neil Flint at neil.s.flint.civ@us.navy.mil or call 315-243-8395 for further details.
    USS DEWEY Repair and Maintenance 5J1 SIA
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and maintenance of the USS DEWEY at the NAVSUP Fleet Logistics Center in Yokosuka, Japan. This opportunity involves shipbuilding and repairing services, specifically under the NAICS code 336611, and is categorized as non-nuclear ship repair. The successful contractor will play a crucial role in ensuring the operational readiness and maintenance of naval vessels, which is vital for national defense. Interested parties can reach out to Contract Specialist Shouko Sekido at shouko.sekido.ln@us.navy.mil or by phone at 0081468167607 for further details regarding the solicitation process.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) for the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, which is crucial for maintaining the operational readiness and longevity of naval vessels. Interested contractors should note that the primary point of contact for this opportunity is Courtney Schlusser, who can be reached at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, with a secondary contact available in Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763. Further details regarding the solicitation process and deadlines will be provided in the official announcement.
    USNS William McLean MTA 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
    PRE-SOLICITATION for USS FORREST SHERMAN ([DDG 98]) FY26 DMP
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is preparing to solicit bids for the USS FORREST SHERMAN (DDG 98) FY26 Dry Dock Maintenance Period (DMP). This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair as outlined under NAICS code 336611 and PSC code J998. The maintenance and repair of naval vessels are critical for ensuring operational readiness and extending the lifespan of the fleet. Interested contractors can reach out to Jacqueline Black at jacqueline.black@navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil for further details, with the opportunity expected to be formally announced soon.
    Maintenance work for PSNS Barge YR-85
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for maintenance work on the PSNS Barge YR-85, with a performance period scheduled from June 3 to September 30, 2025. Contractors are required to possess a valid Master Agreement for Repair and Alteration of Vessels (MARAV) and must adhere to specified technical and quality control standards, including the management of government-furnished materials and compliance with safety protocols. This maintenance project is crucial for ensuring the operational readiness of naval assets, and interested contractors must submit their proposals by April 14, 2025, at 10:00 a.m. Japan Standard Time. For further inquiries, potential bidders can contact Ryo Maruyama at ryo.maruyama.ln@us.navy.mil or Junko Nishio at junko.nishio3.ln@us.navy.mil.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 ROH vessel. The contract requires comprehensive docking and maintenance services, including hull maintenance, structural repairs, and system inspections, all to be performed in compliance with maritime industry standards and federal regulations. This procurement is crucial for ensuring the operational readiness of the vessel, which plays a significant role in naval operations. Interested small businesses must submit their proposals by March 17, 2025, with the contract period of performance scheduled from June 16, 2025, to October 10, 2025. For further inquiries, potential contractors can contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is soliciting proposals for the inspection and repair of a propulsor "PC.1A" and "Leading Edge Ring" on a Virginia-class submarine. This procurement aims to secure a firm-fixed price contract for essential repair services, with a performance period tentatively scheduled from April 17 to May 31, 2025. The opportunity is critical for maintaining the operational readiness of naval vessels, ensuring compliance with safety and security protocols throughout the repair process. Proposals are due by March 19, 2025, at 0900 HST, and interested parties must submit their offers electronically to the designated contacts, Christine Aledo and Deanna Yoshida, at the provided email addresses.
    USS AMERICA (LHA 6) FY26 Docking Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the USS AMERICA (LHA 6) FY26 Docking Selected Restricted Availability (DSRA). This procurement aims to secure shipbuilding and repair services necessary for the maintenance and operational readiness of the USS AMERICA, a vital asset in the Navy's fleet. The selected contractor will be responsible for executing non-nuclear ship repair tasks, ensuring the vessel meets its operational standards and readiness timelines. Interested parties can reach out to James Thomas at james.c.thomas118.civ@us.navy.mil or by phone at 202-781-7223, or Brian Romano at brian.c.romano.civ@us.navy.mil or 202-781-5282 for further details regarding the solicitation process.