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
    USS DEWEY (DDG-105) FY25 Surface Incremental Availability
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the FY25 Surface Incremental Availability of the USS Dewey (DDG-105), focusing on essential ship repair and alteration services. The procurement includes modifications to the 02 and 03 Level Weather Bolted Equipment Removal Plate (BERP) and the replacement of the nonskid system on specific weather frames, with work scheduled to commence on May 6, 2025, and conclude by July 22, 2025. These services are critical for maintaining the operational readiness and safety of the vessel, ensuring compliance with military standards and protocols. Interested contractors must possess a Master Agreement for Repair and Alteration of Vessels (MARAV) and submit their bids by April 2, 2025; for further inquiries, they can contact Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil or by phone at 814-681-67623.
    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.
    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.
    Maintenance, Repair, and Preservation of Beluga RCD Barge
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the maintenance, repair, and preservation of the Beluga RCD Barge at the Puget Sound Naval Shipyard IMF. This solicitation aims to ensure the operational readiness and longevity of the barge, which plays a critical role in naval operations and logistics. The contract falls under the NAICS code 336611, focusing on shipbuilding and repairing, and is categorized under the PSC code J019, which pertains to maintenance and repair of ships and floating docks. Interested parties should reach out to Alice Robertson at alice.n.robertson.civ@us.navy.mil or Nathaniel Deguzman at nathaniel.d.deguzman.civ@us.navy.mil for further details regarding the procurement process.
    ISTF Barge Support
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for barge transportation services to support the Marine Wing Support Squadron 172 at the Ie Shima Training Facility in Japan. The contractor will be responsible for providing roll-on/roll-off barge transport between Naha Military Port and Ie Shima Port, facilitating the movement of U.S. government-owned equipment essential for the Ie Shima Coral Runway Project. This contract, which spans from April 1, 2025, to March 31, 2026, includes provisions for up to 28 scheduled movements and 10 emergent movements, emphasizing the need for effective communication and adaptability to logistical challenges. Interested contractors should contact Capt. Caleb Rogers at caleb.h.rogers.mil@usmc.mil or 315-645-4643 for further details and to ensure compliance with the solicitation requirements.
    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.
    N3904025Q1002 Barge Repair, Groton, CT.
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for the repair and modernization of the C300 YFBN-41 Barge located in Groton, Connecticut. The project encompasses a range of repair services, including the modernization of the flooding system, installation of a fire alarm, replacement of a drinking fountain, and cleaning and preservation of the CHT tank and sump, all to be completed by June 30, 2025. This initiative is crucial for maintaining the operational readiness and safety of naval infrastructure, adhering to strict federal safety and environmental regulations. Interested small businesses are encouraged to submit their quotations and past performance information to Gary W. Murdock at gary.w.murdock.civ@us.navy.mil or by phone at 207-994-0292, as this opportunity is set aside for total small business participation.
    Admirals Barge Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking qualified contractors for the repair of Admirals Barge. This procurement is a Total Small Business Set-Aside under the NAICS code 336611, focusing on shipbuilding and repairing services. The repairs are critical for maintaining the operational readiness and safety of naval vessels, ensuring they meet the required standards for performance. Interested parties can reach out to Erin Behrns at erin.m.behrns.civ@us.navy.mil or by phone at 757-762-3346, or Erica Crandall at erica.collins1@navy.mil for further inquiries.
    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.