FY25 Intermediate Maintenance Availability (IMAV) of Commander, Pacific Fleet Berthing and Messing Barge YRB-30
ID: N6264925RA026Type: 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 Naval Supply Systems Command Fleet Logistics Center Yokosuka, is soliciting proposals for the FY25 Intermediate Maintenance Availability (IMAV) of the berthing and messing barge YRB-30, located in Yokosuka, Japan. The contract requires comprehensive maintenance and repair work on the vessel, which serves as temporary accommodations for warship crews, including system overhauls, inspections, and compliance with Navy safety and operational standards. This opportunity is critical for ensuring the operational integrity and safety of the barge, which plays a vital role in supporting naval operations in the Pacific Fleet. Interested contractors must have a current Master Ship Repair Agreement and are encouraged to contact Neil Flint at neil.s.flint.civ@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil for further details, with the contract performance period scheduled from May 15 to September 30, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the FY25 Intermediate Maintenance Availability (IMAV) of the U.S. Pacific Fleet's berthing barge YRB-30, set to take place from May 15 to September 30, 2025, at the Ship Repair Facility in Yokosuka, Japan. The barge provides temporary accommodations for warship crews and requires various maintenance and repair tasks, including the overhaul of critical systems and inspection of void spaces. The contract involves multiple responsibilities, such as routine maintenance by the Barge Maintenance Team (BMT) and major industrial maintenance contracted to specialized agencies. Key tasks involve updating sanitation spaces, replacing deck coverings, and ensuring waste disposal compliance. Additionally, a thorough inspection and testing process is mandated to ensure safety and operational integrity following maintenance. A final walkthrough is stipulated to assess completion and any remaining issues before acceptance. The SOW emphasizes clear communication and compliance with safety regulations, highlighting the contract's scope within government expenditure processes for facility upkeep. This document serves as a comprehensive guideline for contractors to perform scheduled maintenance and upgrades effectively while coordinating closely with government project managers.
    The document is a government Request for Proposal (RFP) pertaining to Intermediate Maintenance Availability (IMAV) for the berthing and messing barge YRB-30, under Solicitation No. N6264925RA026 and SRF-JRMC SOW #38KTA86303-S01. It features a summary table detailing estimated costs for labor, materials, and other direct costs (ODC), alongside a breakdown of proposed labor hours and costs associated with in-house and subcontracted activities. However, many values are marked as #REF!, indicating missing data. The offeror is tasked with inputting specific data in provided fields to ensure a comprehensive proposal. The labor hours are categorized by key work items, with sections for in-house and subcontracted labor but currently show zero estimates. The material and ODC sections similarly require input to evaluate overall costs. The document emphasizes the importance of accurately completing all sections to derive the total evaluated price and ensure compliance with proposal guidelines. This RFP illustrates the process of contracting for government maintenance services and reflects requirements for detailed, structured proposals in federal contracting contexts.
    This document outlines the requirements and details related to the Government Furnished Property (GFP) associated with a federal contracting process. It includes fields necessary for submission, such as the solicitation number, attachment details, and various identifiers like the NSN (National Stock Number) and MFR CAGE (Manufacturer's Commercial and Government Entity code). The form highlights specifications for requisitioned items, including quantities, unit measures, and costs, emphasizing the importance of providing mandatory details for all submitted item records. Additionally, there are instructions regarding the management of serially or non-serially managed items. This solicitation aims to guide potential contractors in accurately completing requests related to government property to ensure compliance and efficiency in federal procurement operations. The structured format facilitates organization of critical information for both the government and contractors during the procurement process.
    The document is a Request for Information (RFI) associated with a federal government Request for Proposal (RFP), specifically designated as RFP Number N6264925RA026. It outlines a structure for soliciting questions and responses from contractors regarding the RFP. The RFI is formalized with spaces reserved for contractor questions and additional internal government reviews. The government section includes notations for technical reviewers, response codes, and changes, which help track and address contractor inquiries effectively. The purpose of this RFI is to gather information to clarify requirements and improve proposal submissions, ensuring alignment with the federal procurement process. This document serves as a critical component in the interaction between the government and potential contractors, facilitating transparency and communication in the proposal development phase.
    The document serves as a CONTRACT DATA SHEET, documenting key details about a specific contract under federal government procurement processes. It includes fields for contractor information, contract types, and performance assessment metrics. Key performance inquiries address adherence to delivery schedules, compliance with specifications, need for modifications, contract terminations, and any quality awards received in the last three years. The responses are designed to verify contract execution, with emphasis on identifying any issues and corrective actions taken to address deficiencies. The contract structure highlights the importance of accountability in government contracts, ensuring that services and supplies meet established specifications without undue delays or modifications. This type of assessment is vital in the context of government RFPs, federal grants, and local solicitations, providing evidence of contractor performance and facilitating informed decision-making in future procurement processes.
    The document is a solicitation for a contract related to the Intermediate Maintenance Availability (IMAV) of the YRB30 vessel, issued by the U.S. Navy through the Naval Ship Repair Facility and Japan Regional Maintenance Center. It outlines the requirements for bidders, stipulating that only firms with a current Master Ship Repair Agreement may be eligible. The contractor must perform comprehensive maintenance and repair work, adhere to applicable Navy regulations, and manage Government Furnished Material. Key points include the detailed specification of the work, conformance to Navy standards, scheduling milestones, and safety regulations regarding lifts and cranes used in the repair process. The solicitation emphasizes the importance of a quality management system, regular inspections, compliance with occupational health standards, and the handling of potential historical and cultural artifacts during repairs at sites in Japan. Moreover, it requires contractors to comply with security protocols related to access to federal facilities and sensitive information. The contracting officers will oversee compliance, and there is a focus on precise, timely communication regarding any issues discovered during the work. This comprehensive solicitation serves as a framework to ensure that awarded contracts adhere strictly to safety, quality, and operational standards set by the Navy.
    Similar Opportunities
    Solicitation N6264925RA019: USS MILIUS (DDG 69) FY25 5J1 Surface Incremental Availability (Yokosuka, Japan)
    Buyer not available
    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.
    Maintenance, Repair, and Preservation of Beluga RCD Barge
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking industry capabilities for the maintenance, repair, and preservation of the Beluga RCD Barge, a 240-foot steel vessel. The project involves transporting the barge to the contractor's facility, conducting thorough inspections, performing necessary steel repairs, and ensuring compliance with environmental safety standards. This maintenance work is critical for the operational readiness of the vessel, which has been in service for 46 years. Interested companies must submit a notice of interest, including their qualifications and responses to specific questions, by 12:00 PM PT on February 10, 2025. For further inquiries, contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Nathan DeGuzman at nathaniel.d.deguzman.civ@us.navy.mil.
    Yard Repair, Berthing and Messing Barge (YRBM) Additional Craft
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for the procurement of additional craft for the Yard Repair, Berthing and Messing Barge (YRBM). This opportunity is aimed at small businesses under a Total Small Business Set-Aside, focusing on the shipbuilding and repairing industry, as indicated by the NAICS code 336611. The goods and services sought are critical for supporting naval operations, particularly in enhancing the capabilities of barges and lighters used for cargo transport. Interested parties should contact Aban Iqbal at aban.h.iqbal.civ@us.navy.mil or by phone at 202-781-4859 for further details regarding this procurement opportunity, which will take place in Morgan City, Louisiana.
    USS RALPH JOHNSON DDG-114 5C1 SRA BUDNDLE 1
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS Ralph Johnson (DDG-114) as part of a contract extending from July 14, 2025, to February 23, 2026. The procurement encompasses a comprehensive package of work items detailed in various task group instructions, including inspections, repairs, and preservation tasks critical for maintaining the operational readiness and safety of the naval vessel. This initiative underscores the importance of adhering to military specifications and safety standards in maritime maintenance, ensuring the integrity of the fleet. Interested contractors must submit their proposals by February 27, 2025, at 10:00 AM Japan Standard Time, and can direct inquiries to Takayo Shiba at takayo.shiba.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    USS HOWARD DDG83 FY25 5C1 SRA Bundle 4 (YOKOSUKA, JAPAN)
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS HOWARD (DDG-83) as part of the FY25 5C1 SRA Bundle 4, located in Yokosuka, Japan. The procurement encompasses a comprehensive package of work items, including inspections, repairs, and preservation tasks across various systems and compartments of the vessel, with a focus on maintaining operational integrity and safety standards. This initiative is critical for ensuring the readiness and functionality of naval assets, reflecting the Navy's commitment to rigorous maintenance practices. Interested contractors must submit their proposals by February 14, 2025, at 10:00 AM Japan Standard Time, and can direct inquiries to Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    USS HOWARD DDG-83 FY25 5C1 SRA BUNDL2 (Yokosuka Japan)
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS HOWARD (DDG-83) as part of the FY25 5C1 Selected Restricted Availability Bundle 2, scheduled to take place at Yokosuka Naval Base in Japan. The procurement involves comprehensive cleaning, inspection, and repair of various fuel tanks aboard the vessel, with a focus on maintaining operational safety and compliance with stringent naval standards. This opportunity is critical for ensuring the integrity and reliability of the ship's fuel systems, which are vital for its operational readiness. Interested contractors must submit their offers by February 14, 2025, at 10:00 AM Japan Standard Time, and can direct inquiries to Takayo Shiba at takayo.shiba.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    USS SHOUP (DDG-86) 5J1 SIA (Yokosuka, JAPAN)
    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 SHOUP (DDG-86) at the Yokosuka Naval Base in Japan. The contractor will be responsible for executing all work requirements as outlined in the Task Group Instructions (TGIs), which include replacing deck coverings and nonskid systems, ensuring compliance with military standards and specifications. This procurement is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to high-quality ship repair services. Interested contractors must submit their proposals by March 5, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura at Kazuo.Takamura.ln@us.navy.mil for further information.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor for the maintenance, repair, and preservation of two Naval vessels, TWR-7 and TWR-8, at the Puget Sound Naval Shipyard in Bremerton, Washington. The project involves a comprehensive scope of work including modernization tasks such as hull cleaning, installation of new components, and thorough inspections, with the expectation that the contractor's facility can accommodate both vessels. This procurement is significant for ensuring the operational readiness and longevity of critical naval assets, with a total small business set-aside under NAICS code 336611. Interested contractors should prepare for a request for proposals anticipated to be posted in January/February 2025, with contract awards expected in April 2025. For further inquiries, interested parties may contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    USS NEW YORK (LPD 21) FY25 Selected Restricted Availability
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the FY25 Selected Restricted Availability (SRA) of the USS NEW YORK (LPD 21). This procurement involves comprehensive maintenance, modernization, and repair services, necessitating a contractor with substantial facilities and resources capable of managing complex ship maintenance tasks. The contract is expected to be awarded to a single contractor, with the work anticipated to commence in September 2025 and conclude by September 2026. Interested parties should submit proposals by the extended deadline of February 3, 2025, and may contact Jhalin Anderson at jhalin.d.anderson.civ@us.navy.mil or Brian Romano at brian.c.romano.civ@us.navy.mil for further information and access to necessary documents.
    USS LEWIS B. PULLER (ESB-3) FY25 Voyage Repair
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the Voyage Repair Availability (VRA) of the USS Lewis B. Puller (ESB-3) in Taranto, Italy, scheduled for April 9 to April 23, 2025. The procurement encompasses comprehensive maintenance and repair services, including management, procurement, production, and quality assurance, as specified by the Military Sealift Command and the Forward Deployed Regional Maintenance Center. This contract is crucial for ensuring the operational readiness and safety of naval vessels, adhering to strict quality standards and regulatory compliance throughout the repair process. Interested contractors should direct inquiries to Gary Eaton at gary.a.eaton6.civ@us.navy.mil or Yarinee Tafur at yarinee.tafur.civ@us.navy.mil, with proposals due by February 11, 2025.