YC-1381 OVERHAUL
ID: N6264926RA026Type: 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 YC-1381 vessel, with a performance period from March 1 to June 30, 2026. This procurement requires contractors to provide comprehensive labor, materials, and equipment for maintenance tasks, including towing, dry docking, hull cleaning, and structural repairs, adhering to specific naval standards and regulations. 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. Proposals are due by January 22, 2026, and interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    This government solicitation (N6264926RA026) by NAVSUP Fleet Logistics Center Yokosuka outlines a requirement for the overhaul of the YC-1381 vessel. Only firms with an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and authorized to operate in Japan are eligible. The contract involves repair and maintenance work from March 1 to June 30, 2026, at the contractor's facility, with proposals due by January 22, 2026. Key requirements include compliance with crane safety regulations (NAVSUPFLCYINST 4200.9 series), obtaining DoD Common Access Cards (CAC) for personnel, and adherence to various security and IT access protocols, including background investigations and specific training for antiterrorism, OPSEC, and CUI handling. The contractor must provide an itemized price breakdown and manage all government-furnished materials.
    The Department of the Navy's Commander, Fleet Activities Yokosuka (CFAY) is soliciting proposals for the YC-1381 Overhaul project, scheduled from March 1 to June 30, 2026. This Statement of Work (SOW) outlines the requirements for contractors to provide all necessary labor, materials, equipment, and support for the maintenance and overhaul of the YC-1381, a non-propelled, self-elevating anchor barge. The scope includes towing services, dry docking and undocking, cleaning the underwater hull, conducting ultrasonic testing, performing structural/hull visual inspections, preservation and repair of structural components, replacement of zinc anodes and rubber fenders, main deck repair and preservation, and repair and preservation of internal voids. Contractors must adhere to various national and naval standards, provide specific deliverables, and participate in progress meetings. All proposed changes require written approval from the Contracting Officer.
    This government file is a solicitation document, N6264926RA026, for an overhaul of the YC-1381 ship. It serves as a pricing summary and breakdown for offerors to propose costs related to labor, materials, and other direct costs (ODC). The document outlines the structure for submitting proposals, including detailed sections for in-house and sub-contractor labor hours, associated costs, and breakdowns for material and ODC expenses. Key work items such as towing, docking/undocking, and visual inspection are specified, requiring offerors to input labor hours and rates. The file emphasizes that various totals are linked to corresponding data inputs, and manual input is only required in highlighted cells. The primary purpose is to solicit comprehensive and itemized cost proposals for the YC-1381 overhaul project.
    The "CONTRACT DATA SHEET" is a comprehensive form designed to collect and assess contractor performance information. It details contract specifics such as the contract number, completion date, type (Firm Fixed Price or Other), item/service description, quantity/period of performance, customer name, and customer point of contact with their address and telephone/FAX information. The sheet includes a performance information section with seven yes/no questions evaluating aspects like adherence to schedule and specifications, need for rework, modifications, contract termination, and quality awards. Answers marked with an asterisk require an explanatory narrative. This document serves as a critical tool for evaluating contractor performance, likely used in government contracting processes to maintain accountability and inform future procurement decisions.
    The document "ATTACHMENT IV: PRE-PROPOSAL INQUIRY (PPI)" outlines a standardized form for contractors to submit questions regarding a Request for Proposal (RFP). This form facilitates formal communication between contractors and the government agency issuing the RFP. Contractors are required to provide the date of their request, their company name, the RFP number, and the specific page number(s) to which their question(s) pertain. The lower portion of the form is reserved exclusively for government use, detailing internal review processes. This section includes fields for the technical reviewer's name and date, a TGI number and date, and checkboxes to indicate whether there are changes related to specifications, drawings/references, requirements, or materials. Finally, there is a dedicated space for the government's response to the inquiry. This attachment is crucial for ensuring clarity and addressing potential ambiguities in RFPs, thereby streamlining the proposal process and fostering fair competition.
    The document is not a government file but rather a message indicating that the user's PDF viewer may not be able to display the content. It advises upgrading to the latest version of Adobe Reader and provides links for download and assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is not relevant to government RFPs, federal grants, or state/local RFPs, as it primarily serves as a technical troubleshooting notice.
    The document is not a government file but rather a message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and assistance. The message also includes trademark information for Windows, Mac, and Linux. As such, there is no government file content to summarize in the context of RFPs, federal grants, or state/local RFPs.
    Lifecycle
    Title
    Type
    YC-1381 OVERHAUL
    Currently viewing
    Solicitation
    Similar Opportunities
    WORK BOAT LARGE-1 (WBL-1) OVERHAUL, YOKOSUKA, JAPAN
    Dept Of Defense
    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.
    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.
    Regular Overhaul (ROH) for USNS RICHARD E BRYD (T-AKE 4) in the Indo-Pacific Region
    Dept Of Defense
    The Department of Defense, through 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 procurement aims to accomplish comprehensive maintenance and repair tasks, including inspections, cleaning, and replacements of critical ship systems, ensuring the vessel's operational readiness and compliance with regulatory standards. This project is vital for maintaining the operational capabilities of the U.S. Navy's logistics fleet, with a performance period scheduled from March 30, 2026, to May 28, 2026, and potential extensions. Interested contractors must register in SAM.gov and direct inquiries to Samantha Cheong at wannaisamantha.cheong.ln@us.navy.mil, with all proposals due by the specified deadlines.
    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.
    Maintenance, Repair, and Preservation YT-802
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking qualified contractors for a Firm-Fixed-Price contract focused on the maintenance, repair, and preservation of the YT-802 vessel, scheduled from July 1 to September 24, 2026. The project entails comprehensive tasks including hull inspections, replacement of zinc anodes, blasting and preserving various surfaces, and ensuring compliance with safety and environmental regulations. This procurement is a total small business set-aside under NAICS code 336611, and interested contractors must submit their quotes by January 21, 2026, following a mandatory ship check on January 13, 2026. For further inquiries, potential bidders can contact Hailee Scheibner at hailee.c.scheibner.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Crane and Rigging
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, Japan, is soliciting proposals for crane and rigging services for the USS Preble (DDG-88). The procurement requires contractors to provide a 70-ton crane and a qualified crew, including a crane operator, a rigger-in-charge, and two riggers, to facilitate weightlifting, handling, and rigging operations for material transfers between the ship and pier, as well as movement within the ship. This service is critical for ensuring the safe and efficient operation of naval logistics and maintenance activities. Interested parties must submit their offers by January 6, 2026, and can direct inquiries to Maya Ichikawa at maya.ichikawa.ln@us.navy.mil or by phone at 0468167446.