WORK BOAT LARGE-1 (WBL-1) OVERHAUL, YOKOSUKA, JAPAN
ID: N6264926RA012Type: 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 overhaul of the Work Boat Large-1 (WBL-1) in Yokosuka, Japan. This firm-fixed-price contract requires compliance with high marine industry standards for various maintenance tasks, including dry docking, hull preservation, and engine repairs, to support Commander, Fleet Activities Yokosuka. The overhaul is critical for maintaining operational readiness and safety standards for naval operations. Interested contractors must possess an active U.S. MSRA/ABR and be authorized to operate in Japan, with proposals due by January 21, 2026, at 10:00 AM JST. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Peter Arrieta at peterjommel.s.arrieta.ln@us.navy.mil.

    Files
    Title
    Posted
    This document is an RFP for the overhaul of a WBL-1 Workboat for NAVSUP Fleet Logistics Center Yokosuka, Japan. The contract is a firm-fixed-price job order under an existing Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy. Key requirements include compliance with NAVSEA Standard Items, specific crane operation and safety standards, and strict security protocols for contractor personnel accessing federal facilities and IT systems. Offerors must be authorized to operate in Japan and possess an active U.S. MSRA/ABR. The period of performance is from March 31, 2026, to September 30, 2026, with work performed at the contractor's facility. Payment will be processed through the Wide Area WorkFlow (WAWF) system, and Japanese Consumption Tax is exempt.
    The Commander, Fleet Activities Yokosuka (CFAY) requires a contractor for the overhaul of Work Boat Large #1 (46WB1501) between March 31 and September 30, 2026. This contract, for non-personal services, mandates high-quality marine industry standards for docking and maintenance. The comprehensive scope includes towing, dry docking, cleaning, hull preservation, zinc anode replacement, main deck painting, repairs to pusher knees, hull D-rubber, roller chocks, winches, pilot house windows, and the pilothouse roof. Additional tasks involve battery replacement, hatch/door/ladder repairs, and engine exhaust piping replacement. The contractor is responsible for transportation, liability, and adherence to environmental and safety regulations, including Japanese law. All work is to be performed at the contractor's facility, with specific reporting and quality assurance measures in place.
    This government solicitation, N6264926RA012, is a request for proposal for the overhaul of the WORK BOAT LARGE#1 (WBL-1), identified by SOW No. N6105426RCPR101-0. The Statement of Work (SOW) outlines a performance period from March 31, 2026, through September 30, 2026. The document is structured as a cost summary table for offerors to propose labor, material, and other direct costs (ODC) in Japanese Yen (JPY). It details breakdowns for in-house and sub-contractor labor hours, including labor rates, and separate sections for material and ODC costs. Offerors are instructed to input data into highlighted cells, with totals automatically calculated. The primary purpose is to solicit comprehensive cost proposals for the WBL-1 overhaul, ensuring all components like labor, materials, and ODCs are thoroughly accounted for to determine the total evaluated price.
    The Quality Assurance Surveillance Plan (QASP) for the 46WB1501 (WBL-1) Workboat Overhaul outlines the U.S. Government's framework for monitoring contractor performance to ensure compliance with technical, safety, administrative, scheduling, environmental, and security requirements. Its purpose is to verify the execution of operations such as maintenance, blasting, painting, and welding, and to confirm proper administrative functions. The QASP details the roles of various government personnel, including the Contracting Officer, COR/Program Manager, Marine Maintenance Officer, and specialized experts. Performance standards are defined with acceptable quality levels for contractor quality assurance, deliverables, and overall contract performance. Surveillance methods include on-site inspections and customer feedback. Performance is rated as Satisfactory, Marginal, or Unsatisfactory, with documentation contributing to performance assessment reports. Measurement frequencies range from daily spot checks to assessments at project completion and key milestones.
    Lifecycle
    Title
    Type
    Similar Opportunities
    WORK BOAT MEDIUM-1 (WBM-1) PROPELLER AND SHAFT SEAL REPLACEMENT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Work Boat Medium-1 (WBM-1) Propeller and Shaft Seal Replacement project, scheduled for February 1 to February 28, 2026, at Yokosuka Naval Base, Japan. This contract involves the replacement of the port and starboard propellers and the port shaft seal on the WBM-1 work boat, which is critical for supporting Commander, Fleet Activities Yokosuka's port operations. Contractors must adhere to strict safety and engineering standards, providing all necessary labor and materials while ensuring compliance with occupational health and security requirements. Interested firms must submit their proposals by December 22, 2025, and can request access to detailed work specifications via email by December 16, 2025. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    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.
    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.
    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)
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG-105) during its scheduled maintenance period from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Eligible contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and are required to manage Government Furnished Material (GFM) while adhering to strict NAVSEA and SRF-JRMC standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring they meet the necessary safety and performance standards. Proposals are due by January 2, 2026, with access to work specifications available through DoD SAFE upon request by December 22, 2025; interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information.
    Berthing and Messing Barge YRBM-57 Intermediate Maintenance Availability (IMAV)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Intermediate Maintenance Availability (IMAV) of the Berthing and Messing Barge YRBM-57, with a performance period from March 1 to June 15, 2026, at Yokosuka Naval Base in Japan. The procurement includes critical repair and upgrade tasks such as the installation of split air conditioning systems, inspection of sewage collection and holding tanks, and replacement of the cosmetic polymeric deck covering system, all of which require adherence to NAVSEA standards and the contractor's possession of an active U.S. Navy Master Agreement for Repair and Alteration of Vessels (MARAV). Interested contractors must submit their proposals by January 5, 2026, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications by contacting Kazuo Takamura or Peter Arrieta via email.
    USS Rafael Peralta (DDG-115)6A1 CMAV ICN/KO: 38K6A99101-A01,38K6A62501 -A01
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for scaffolding installation and removal services in support of the USS Rafael Peralta (DDG-115) at Yokosuka Naval Base, Japan. The contract is specifically aimed at firms with an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) that are authorized to operate in Japan, emphasizing compliance with NAVSEA and SRF-JRMC standards for quality assurance and operational procedures. Proposals must be submitted by December 19, 2025, at 10:00 AM Japan Standard Time, with access to detailed work specifications available through DoD SAFE upon request by December 15, 2025. Interested parties can contact Yoko Yamaguchi at yoko.yamaguchi.ln@us.navy.mil for further inquiries.
    J999 Machine Lower Bearing Staves of Rudder Service
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting proposals for the machining of lower bearing staves of rudder service for a U.S. Navy ship stationed in Yokosuka, Japan. This procurement is set aside for small businesses and aims to secure specialized marine repair services, adhering to strict compliance with both U.S. and Japanese regulations, safety, and environmental standards. The contract will be a firm-fixed-price type, with a performance period from February 1 to March 31, 2027, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Wilfredo Gervacio via email at wilfredo.j.gervacio.civ@us.navy.mil and are encouraged to monitor the SAM.gov website for updates and amendments to the solicitation.
    Maintenance of Diesel Generator
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting proposals for the maintenance of a diesel generator (Model: DCA-800SPK, Manufacturer: Denyo Co., Ltd.) at the US Naval Base in Yokosuka, Japan. The selected contractor will be responsible for replacing batteries, engine oil, coolant, various filters, hoses, and conducting checks on multiple components, including a required load test, while ensuring the proper disposal of waste materials. This maintenance service is crucial for the operational readiness of the generator, which plays a vital role in supporting naval operations. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by the specified deadline, with the contract period running from March 1, 2026, to June 30, 2026. For further inquiries, potential bidders can contact Janice Arrieta at janice.o.arrieta.ln@us.navy.mil or by phone at 0468162793.
    Regular Overhaul (ROH) for USNS RICHARD E BRYD (T-AKE 4) in the Indo-Pacific Region
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Regular Overhaul (ROH) of the USNS RICHARD E BYRD (T-AKE 4) in the Indo-Pacific Region, specifically without Dry-Dock Availability. The project encompasses a comprehensive range of maintenance and repair tasks, including inspections, cleaning, and replacements of critical ship systems, with a performance period scheduled from March 30, 2026, to May 28, 2026, and options extending to June 12, 2026. This overhaul is vital for ensuring the vessel's operational readiness and compliance with safety and regulatory standards within the U.S. 7th Fleet Area of Responsibility, excluding India. Interested contractors must register in SAM.gov and submit proposals electronically, with inquiries directed to Samantha Cheong at wannaisamantha.cheong.ln@us.navy.mil or by phone at 656-750-2833.