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 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 DEWEY (DDG-105) FY26 6C1 SRA(d) 38K4248201 S/A 97085K, 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 DEWEY (DDG-105) at Yokosuka Naval Base, Japan, 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 is firm-fixed-price and includes specific structural modifications and enhancements to the ship's Tactical Weapon Control System. This procurement is critical for maintaining the operational readiness of the USS DEWEY, ensuring compliance with military standards and safety protocols. Interested contractors must submit their proposals by December 17, 2025, and request access to the work specifications by December 9, 2025, with further inquiries directed to Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil.
    USS DEWEY (DDG-105) FY26 6C1 SRA(d) 38K4244119 S/A 92881K, Yokosuka Japan
    Dept Of Defense
    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 contractors 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 repair and maintenance tasks essential for the operational readiness of the naval vessel. Proposals must include detailed pricing and comply with extensive requirements related to quality management, safety, and security protocols, with a submission deadline set for December 17, 2025, at 10:00 AM Japan Standard Time. Interested parties should direct inquiries to Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil for further information.
    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.
    USS JOHN FINN (DDG-113) FY26 6J1 CNO BUNDLE #1, 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 a firm-fixed-price contract to perform repair and alteration work on the USS JOHN FINN (DDG-113) during its FY26 Chief of Naval Operations Availability (CNO) in Yokosuka, Japan. The project encompasses twelve Task Group Instructions (TGIs) that include various ship repair, overhaul, preservation, and replacement tasks, with a performance period scheduled from April 20, 2026, to June 22, 2026. This procurement is critical for maintaining the operational readiness and safety of the USS JOHN FINN, ensuring compliance with NAVSEA and SRF-JRMC standards. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to Kazuo Takamura at kazuo.takamura.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    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.
    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.
    USNS HENRY J. KAISER FY 27 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors to prepare for and accomplish the Regular Overhaul and Dry Docking of the USNS HENRY J. KAISER (T-AO 187) as outlined in the forthcoming solicitation. This contract will involve comprehensive ship repair services, with the anticipated performance period set from December 15, 2026, to April 13, 2027, at the contractor's facility on the West Coast. The opportunity is significant as it pertains to the maintenance and operational readiness of a key naval vessel, ensuring continued support for maritime operations. Interested parties are encouraged to submit capability statements or proposals, and should contact Bryan Makuch at bryan.makuch@navy.mil or 564-226-1259 for further information. The solicitation is expected to be released around January 16, 2026, and access to technical data will require signing a Non-Disclosure Agreement as detailed in the attached documentation.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.