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
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 27, 2025, 12:00 AM UTC
  3. 3
    Due Feb 12, 2025, 1:00 AM UTC
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
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Jan 28, 2025, 1:04 AM UTC
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.
Lifecycle
Similar Opportunities
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.
USS MICHAEL MONSOOR FY25 5CM PMAV FFP
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is seeking qualified contractors to provide Preventive Maintenance Availability (PMAV) support for the USS MICHAEL MONSOOR (DDG-1001) at Yokosuka Naval Base, Japan. The procurement requires firms to possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy, specifically a Master Ship Repair Agreement (MSRA) or an Agreement for Boat Repair (ABR), as the award will be made under these existing agreements. This maintenance is crucial for ensuring the operational readiness and longevity of the vessel, with the performance period scheduled from June 1, 2025, to June 20, 2025. Interested contractors must submit their offers by April 30, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura or Peter Arrieta for further information.
USS KANSAS CITY (LCS 22) / USS STOCKDALE (DDG 106) FY26 Docking Selected Restricted Availability (DSRA)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY26 Drydocking Selected Restricted Availability (DSRA) of the USS Kansas City (LCS 022) and USS Stockdale (DDG 106). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and modernization work on both vessels, which includes structural repairs, system upgrades, and condition-based maintenance. This opportunity is critical for maintaining the operational readiness and technological advancement of U.S. Navy ships, with the anticipated Request for Proposals (RFP) expected to be released in the fourth quarter of 2025. Interested parties must submit their letters of interest by 4 PM Local Time on May 1, 2025, to the designated contacts, Jacqueline Black and Jacob Juros, via the provided email addresses.
PMAV SUPPORT FOR USS MICHAEL MONSOOR (DDG-1001) (Yokosuka, JAPAN)
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for Preventive Maintenance Availability (PMAV) support for the USS Michael Monsoor (DDG-1001) at Yokosuka Naval Base, Japan. The procurement requires that only firms with an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy are eligible to submit proposals, emphasizing the need for compliance with military standards in ship repair and maintenance. This contract, scheduled for performance from June 1 to June 20, 2025, necessitates detailed cost breakdowns and adherence to safety regulations, with proposals due by 10:00 AM Japan Standard Time on April 28, 2025. Interested parties can contact Shouko Sekido at shouko.sekido.ln@us.navy.mil for further information.
Sources Sought USNS SUPPLY ROH/DD 2026
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified firms to provide Regular Overhaul Dry/Docking Availability for the USNS SUPPLY (T-AOE 6), scheduled from March 2, 2026, to August 9, 2026, at a contractor's facility on the East/Gulf Coast. Interested parties are invited to submit a brief capabilities package that includes company profiles, facility descriptions, and small business status under NAICS Code 336611 for Ship Building and Repair by April 24, 2025. This procurement is critical for maintaining the operational readiness of the USNS SUPPLY, involving tasks such as general ship services, steel replacement, inspections, and system upgrades. For further inquiries, interested firms can contact James Parker at james.l.parker2.civ@us.navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.
USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS EARL WARREN (T-AO 207). This procurement involves various amendments to the original solicitation, including the incorporation of revised work instructions and a change in the closing dates for both the request for comments and the solicitation itself. The services sought are critical for the maintenance and repair of naval vessels, ensuring operational readiness and compliance with safety standards. Interested contractors should note that the revised solicitation closing date is April 30, 2025, and can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.keller@navy.mil for further inquiries.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215). The procurement involves a firm fixed-price contract for comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, with the contract period anticipated to commence on June 3, 2025, and conclude by September 1, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to primary contact Iran N. Walker at Iran.N.Walker@uscg.mil or secondary contact Sandra Martinez at sandra.a.martinez@uscg.mil.
USNS MATTHEW PERRY (T-AKE 9) lay berth and ship repair.
Buyer not available
The Department of Defense, through the Department of the Navy's MSC Norfolk office, is soliciting proposals for the lay berth and ship repair of the USNS MATTHEW PERRY (T-AKE 9). This procurement involves addressing specific repair needs as outlined in Amendment 0001, which responds to requests for clarification and revises or adds work instructions. The ship repair services are critical for maintaining the operational readiness of naval vessels, ensuring they meet safety and performance standards. Interested contractors can reach out to Damian Finke at damian.w.finke.civ@us.navy.mil or call 564-226-1277 for further details regarding the solicitation process.
Overhaul of S/V H.R. SPIES
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking qualified contractors for the overhaul of the survey vessel H.R. SPIES. This procurement involves providing all necessary engineering, design, labor, materials, and equipment to execute essential repairs, including drydocking, hull painting, and various inspections, with a performance period of 30 calendar days following the vessel's delivery to the contractor's yard. The project is critical for maintaining the operational readiness of the vessel, which will operate in the Delaware River and Bay during Fiscal Year 2025. Interested bidders must submit their proposals by April 29, 2025, and can direct inquiries to Domenic L. Sestito at domenic.l.sestito@usace.army.mil.
Depot Level Repair and Upgrade of LM2500 Turbine Mid Frames (TMF)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is soliciting proposals for the depot-level repair and upgrade of LM2500 Turbine Mid Frames (TMF) under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement aims to ensure the operational readiness of U.S. Navy gas turbine components by providing necessary repair services, utilizing Navy-approved parts, and adhering to stringent compliance standards. The contract is expected to span up to 60 months, with a maximum of five TMFs refurbished annually, and requires offerors to demonstrate a commitment to small business participation, targeting 48% of the total contract value. Interested contractors should contact Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil, with proposals due by May 7, 2025.