USS DEWEY (DDG 105) FY25 SIA 5J1 Bundle 3 (Yokosuka, Japan)
ID: N6264925RA036Type: 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 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.

    Point(s) of Contact
    Ai Gillard - Contracting Officer
    01181468163805
    (046) 825-7298
    ai.gillard.ln@us.navy.mil
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the repair and alteration of the USS DEWEY (DDG-105) at Yokosuka Naval Base, issued by NAVSUP Fleet Logistics Center Yokosuka. The RFP requires sealed offers for necessary repair work to be submitted by April 14, 2025, with a performance period running from May 26 to August 4, 2025. Only contractors with a Master Agreement for Repair and Alteration of Vessels (MARAV) are eligible for award unless they can demonstrate timely approval of their application. The scope includes extensive services such as management, scheduling, and quality assurance required to fulfill the specifications detailed in attached documents. Key elements include compliance with naval standards, inspection processes, use of government-furnished materials, and management of unique identification of items. Contractors must adhere to rigorous safety and operational standards, including reporting procedures for any conditions found during repair work. Additionally, detailed contractor qualifications, access protocols for federally controlled facilities, and specific training requirements are emphasized to ensure operational security and effective performance. This RFP exemplifies government contracting processes, detailing requirements and expectations for successful bids to support Navy vessel maintenance and repair, while ensuring compliance with applicable laws and regulations.
    The document outlines a solicitation for maintenance and repair work on the USS DEWEY (DDG-105) for fiscal year 2025 under solicitation number N6264925RA036. It provides a detailed breakdown of various work items (TGIs) related to deck coverings, pumps, and other maintenance tasks. Each TGI includes fields for proposed labor, materials, and associated costs, which are all currently listed as zero, indicating that no costs or labor has been finalized or inputted yet. The purpose of this solicitation is to gather proposals from contractors for work required on the ship, emphasizing the organization and clarity needed for pricing and breakdown of hours. The document highlights the importance of providing accurate input regarding in-house and subcontractor labor rates for the proposed work. Ultimately, this solicitation reflects the federal government's structured approach to requesting and evaluating contractor proposals for specific maintenance projects while ensuring compliance and standard practices in military operations.
    This document is a Request for Information (RFI) related to RFP Number N6264925RA036. It serves as a mechanism for contractors to submit questions regarding the RFP. The RFI outlines a structured format for questions, but responses will only be recorded below a specified line, which indicates that this section is exclusively for government review. The document includes fields for government personnel to note technical review insights, changes to specifications, drawings, requirements, or materials, as well as any responses to specific codes. Overall, the RFI represents a step in the procurement process, assisting in clarifying project specifications and ensuring that all potential contractors have an equal opportunity to seek necessary information. This process facilitates transparency and thoroughness in the contracting process, essential for federal and state procurement activities.
    The document serves as a contract data sheet essential for tracking performance and compliance of services or supplies delivered under federal and state/local contracts. It includes fields for contractor details, contract specifics, customer information, and performance assessment. Key performance indicators evaluated include adherence to the original schedule, compliance with contract specifications, and any necessary modifications or rework on delivered items. It also addresses the status of any contract termination or claims and whether the contractor received quality awards within the past three years. The document requires explanations for specific responses marked with an asterisk, highlighting the need for transparency in performance evaluation. Overall, the sheet aims to ensure accountability and quality control in government contracting processes.
    The document pertains to a solicitation for Government Furnished Property (GFP) associated with a Department of Defense (DoD) contract, specifically falling under the Federal Acquisition Regulation (FAR). The file includes essential details such as the contact information of the contracting officer, Ai Gillard, and outlines requirements related to managing both serially managed and non-serially managed items. It specifies various data fields necessary for each item record, emphasizing the importance of certain fields like the item name, description, and quantity. The context surrounding this document indicates a structured approach to procurement in government contracting, aiming to facilitate the acquisition and management of property relevant to defense operations. Emphasis is placed on compliance with guidelines, including the need for complete and accurate data entry for tracking and logistical purposes. The document reflects the procedural requirements for effective contracting practices within the federal framework, aiming to ensure accountability and proper management of government resources.
    Lifecycle
    Title
    Type
    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.
    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.
    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.
    Maintenance work for PSNS Barge YR-85
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for maintenance work on the PSNS Barge YR-85, with a performance period scheduled from June 3 to September 30, 2025. Contractors are required to possess a valid Master Agreement for Repair and Alteration of Vessels (MARAV) and must adhere to specified technical and quality control standards, including the management of government-furnished materials and compliance with safety protocols. This maintenance project is crucial for ensuring the operational readiness of naval assets, and interested contractors must submit their proposals by April 14, 2025, at 10:00 a.m. Japan Standard Time. For further inquiries, potential bidders can contact Ryo Maruyama at ryo.maruyama.ln@us.navy.mil or Junko Nishio at junko.nishio3.ln@us.navy.mil.
    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.
    PRE-SOLICITATION for USS FORREST SHERMAN ([DDG 98]) FY26 DMP
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is preparing to solicit bids for the USS FORREST SHERMAN (DDG 98) FY26 Dry Dock Maintenance Period (DMP). This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair as outlined under NAICS code 336611 and PSC code J998. The maintenance and repair of naval vessels are critical for ensuring operational readiness and extending the lifespan of the fleet. Interested contractors can reach out to Jacqueline Black at jacqueline.black@navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil for further details, with the opportunity expected to be formally announced soon.
    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.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is soliciting proposals for the inspection and repair of a propulsor "PC.1A" and "Leading Edge Ring" on a Virginia-class submarine. This procurement aims to secure a firm-fixed price contract for essential repair services, with a performance period tentatively scheduled from April 17 to May 31, 2025. The opportunity is critical for maintaining the operational readiness of naval vessels, ensuring compliance with safety and security protocols throughout the repair process. Proposals are due by March 19, 2025, at 0900 HST, and interested parties must submit their offers electronically to the designated contacts, Christine Aledo and Deanna Yoshida, at the provided email addresses.
    FY 25 Repair of Pier 237, 341, AND 516, Yokohama North Dock, Yokohama, Japan
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the repair of Pier 237, 341, and 516 at the Yokohama North Dock in Yokohama, Japan. This project falls under the category of Other Heavy and Civil Engineering Construction and aims to restore and enhance the structural integrity of the piers, which are critical for military operations and logistics in the region. Interested contractors should note that the presolicitation notice has been issued, and they can reach out to Charles Qi at charles.l.qi.civ@usace.army.mil or Ryan Marzetta at ryan.j.marzetta.civ@usace.army.mil for further details. The project is categorized under NAICS code 237990 and PSC code Z2JZ, with performance expected to take place in Kanagawa, Japan.
    USS AMERICA (LHA 6) FY26 Docking Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the USS AMERICA (LHA 6) FY26 Docking Selected Restricted Availability (DSRA). This procurement aims to secure shipbuilding and repair services necessary for the maintenance and operational readiness of the USS AMERICA, a vital asset in the Navy's fleet. The selected contractor will be responsible for executing non-nuclear ship repair tasks, ensuring the vessel meets its operational standards and readiness timelines. Interested parties can reach out to James Thomas at james.c.thomas118.civ@us.navy.mil or by phone at 202-781-7223, or Brian Romano at brian.c.romano.civ@us.navy.mil or 202-781-5282 for further details regarding the solicitation process.