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
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 13, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 1:00 AM UTC
Description

The Department of Defense, through 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, including inspection, repair, and preservation tasks, with a performance period scheduled from May 26, 2025, to August 4, 2025. This opportunity is critical for maintaining the operational readiness of naval vessels, ensuring compliance with U.S. Navy standards and regulations. Interested contractors must submit their proposals by April 21, 2025, and can obtain additional information by contacting Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.

Point(s) of Contact
Ai Gillard - Contracting Officer
01181468163805
(046) 825-7298
ai.gillard.ln@us.navy.mil
Files
Title
Posted
Apr 14, 2025, 3:04 AM UTC
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.
Apr 14, 2025, 3:04 AM UTC
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.
Apr 14, 2025, 3:04 AM UTC
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.
Apr 14, 2025, 3:04 AM UTC
This document is an amendment to a solicitation, specifically Amendment 0001 to contract ID 38K4112301A01DDG105. The amendment serves to address a contractor's inquiry regarding specifications for a project involving deck covering replacement (reference number 38K4164502-A01). The questioned item pertains to the discontinued "American Cherry LT1151" material, with the contractor suggesting a revision to "American Cherry 1519." The response confirms that "American Cherry 1159" is approved, thereby allowing for the specified material change. The amendment does not alter other terms or conditions apart from addressing the specific question. It also extends the deadline for receipt of offers but emphasizes that acknowledgment of the amendment is mandatory for the submission to be considered valid. This document exemplifies the procedural requirements inherent in federal solicitations and modifications, ensuring transparency and clarity for contractors involved in federal projects.
Apr 14, 2025, 3:04 AM UTC
The document is an amendment (0002) to a federal solicitation pertaining to maintenance work on tanks, specifically focusing on inspecting, repairing, and preserving bilge drain wells. This amendment addresses a contractor's inquiry regarding the inclusion of the FO Receiving Tank (4-78-2-F) within the scope of work, confirming its pertinence to the project. The document maintains that all other terms of the solicitation remain unchanged. Contractors are reminded to acknowledge receipt of this amendment to ensure their proposal remains valid. The contracting department, NAVSUP FLC Yokosuka, emphasizes that any changes to submitted offers must be communicated prior to the specified deadline. This amendment illustrates the importance of compliance and clear communication in government contracting processes, ensuring that all parties have the most updated information as they prepare their bids. Overall, this document serves to clarify solicitation requirements and facilitate a competitive and fair procurement process.
Apr 14, 2025, 3:04 AM UTC
The document is an amendment to a government solicitation concerning contract N6264925RA036, issued on March 13, 2025, and includes answers to contractor inquiries related to work timelines. The primary purpose of this amendment is to clarify questions regarding the proposed period of performance (POP) for various maintenance tasks. Specifically, contractors requested an extension from 49 to 90 days for the inspection, repair, and preservation of specific bilge drain wells, and sought confirmation on the accessibility of areas during scheduled deck covering tasks. The solicitation clarifies that the work for the bilge drain wells is set for June 2 to July 12, with a report deadline of June 17. Additionally, it notes that not all areas will be secured simultaneously during the deck covering work, with specific performance periods outlined for various areas ranging from June 2 to July 25. Overall, the document encapsulates critical operational details that ensure clarity for involved contractors in adhering to the specified timelines and conditions while assisting project management efforts for the maintenance contract.
Apr 14, 2025, 3:04 AM UTC
The document is an amendment to a solicitation (0004) detailing the repair and alteration of the USS Dewey (DDG-105) at Yokosuka Naval Base. The amendment revises various sections of the solicitation, provides clarifications related to contractor inquiries, and outlines the updated requirements and specifications for the project. Key modifications include extended timelines for submitting proposals and clarifications on contractor eligibility, specifically regarding existing Master Agreements for Repair and Alteration of Vessels (MARAV). The amendment emphasizes the need for participating contractors to secure access to a Task Group Instruction (TGI) through DoD SAFE and delineates the importance of adhering to U.S. Navy regulations concerning quality assurance and material management. The contracting process is defined by a lowest-price, technically acceptable (LPTA) evaluation method, where proposals must meet lowest evaluated price criteria and technical acceptability ratings. The document underscores the significance of timely responses and compliance with the solicitation requirements. This amendment reflects the government's structured approach to managing complex projects, ensuring contractors are well-informed of expectations regarding performance, safety standards, and adherence to federal regulations in order to facilitate effective and safe operations during vessel repairs.
Apr 14, 2025, 3:04 AM UTC
The document is an amendment to a solicitation (number 0005) issued by NAVSUP FLC YOKOSUKA, extending the deadline for proposal submissions from April 14, 2025, at 10:00 AM to April 21, 2025, at 10:00 AM. All other terms and conditions outlined in the original solicitation remain unchanged. It emphasizes that contractors must acknowledge receipt of this amendment in order for their proposals to be considered, detailing several methods for acknowledgment. The amendment is a necessary administrative adjustment to ensure participants have additional time to prepare their submissions. Overall, this extension reflects the government's flexibility in managing RFP timelines to foster participation and enhance proposal quality.
Apr 14, 2025, 3:04 AM UTC
This document serves as Amendment 0006 to a solicitation concerning the inspection, repair, and preservation of bilge drain wells, specifically project ICN 38K4112312. The amendment responds to a contractor's inquiry about the project’s period of performance (POP), indicating that it cannot be altered. The established schedule is from June 2, 2025, to July 12, 2025, and the contractor initially estimated requiring 90 days for completion. The amendment emphasizes adherence to the original terms while including the question and answer to clarify timelines without modifying them. All other solicitation conditions remain unchanged. It highlights the communication process between federal contracting officials and service providers within the context of federal RFPs and contracts, aiming to ensure transparency and compliance with project schedules.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.
PMAV SUPPORT FOR USS MICHAEL MONSOOR (DDG-1001) (Yokosuka, JAPAN)
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for Preventive Maintenance Availability (PMAV) support for the USS Michael Monsoor (DDG-1001) at Yokosuka Naval Base, Japan. The procurement requires that only firms with an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy are eligible to submit proposals, emphasizing the need for compliance with military standards in ship repair and maintenance. This contract, scheduled for performance from June 1 to June 20, 2025, necessitates detailed cost breakdowns and adherence to safety regulations, with proposals due by 10:00 AM Japan Standard Time on April 28, 2025. Interested parties can contact Shouko Sekido at shouko.sekido.ln@us.navy.mil for further information.
USS MICHAEL MONSOOR FY25 5CM PMAV FFP
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is seeking qualified contractors to provide Preventive Maintenance Availability (PMAV) support for the USS MICHAEL MONSOOR (DDG-1001) at Yokosuka Naval Base, Japan. The procurement requires firms to possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy, specifically a Master Ship Repair Agreement (MSRA) or an Agreement for Boat Repair (ABR), as the award will be made under these existing agreements. This maintenance is crucial for ensuring the operational readiness and longevity of the vessel, with the performance period scheduled from June 1, 2025, to June 20, 2025. Interested contractors must submit their offers by April 30, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura or Peter Arrieta for further information.
USS KANSAS CITY (LCS 22) / USS STOCKDALE (DDG 106) FY26 Docking Selected Restricted Availability (DSRA)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY26 Drydocking Selected Restricted Availability (DSRA) of the USS Kansas City (LCS 022) and USS Stockdale (DDG 106). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and modernization work on both vessels, which includes structural repairs, system upgrades, and condition-based maintenance. This opportunity is critical for maintaining the operational readiness and technological advancement of U.S. Navy ships, with the anticipated Request for Proposals (RFP) expected to be released in the fourth quarter of 2025. Interested parties must submit their letters of interest by 4 PM Local Time on May 1, 2025, to the designated contacts, Jacqueline Black and Jacob Juros, via the provided email addresses.
DDG 124 and DDG 127 Post Shakedown Availabilities at Norfolk
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for Post Shakedown Availabilities (PSAs) for the DDG 51 Class Ships, specifically the HARVEY BARNUM JR. (DDG 124) and potentially the PATRICK GALLEGHER (DDG 127), at the Norfolk, Virginia homeport. The procurement aims to address deficiencies, execute new work items, and implement engineering changes while adhering to NAVSEA Standard Items and safety regulations. This opportunity is crucial for maintaining the operational readiness and compliance of naval vessels, ensuring they meet the required performance standards. Interested contractors should direct inquiries to Kurt Boyles at kurt.r.boyles.civ@us.navy.mil or Justin Rose at justin.p.rose6.civ@us.navy.mil, and are encouraged to review the attached solicitation documents for detailed requirements and submission guidelines.
Replacement Service of Fuel Tank Truck Engine and Parts for the Government of Vehicle (GOV) Number N9653648 at Bldg. 1851, NAVFAC Transportation Area in the U.S. Commander Fleet Activities Yokosuka (CFAY), JAPAN by Non-Recurring Contract
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the replacement service of the fuel tank truck engine and parts for Government Vehicle Number N9653648, located at Building 1851, NAVFAC Transportation Area, U.S. Commander Fleet Activities Yokosuka, Japan. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure the vehicle meets operational standards, with the project expected to be completed within 180 days of contract award while adhering to specific safety and environmental regulations. This one-time contract emphasizes the importance of maintaining government transportation capabilities and requires compliance with federal procurement standards, including submission of proposals in Japanese yen by May 9, 2025, at 10:30 AM JST. Interested parties can reach out to primary contact Sakiko Marterosario at sakiko.marterosario.ln@us.navy.mil or secondary contact Toshiki Hisasue at toshiki.hisasue.In@us.navy.mil for further inquiries.
DDG Underway Replenishment (UNREP) Station Number 4 Cable Replacement; accomplish
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is seeking qualified contractors for the replacement of the Underway Replenishment (UNREP) Station Number 4 cable on the Arleigh Burke Class (DDG) ships. This opportunity is a Sources Sought Notice aimed at identifying experienced firms capable of performing the required work, which is critical for maintaining the operational readiness of naval vessels. Interested parties are invited to submit a brief capabilities package that outlines their qualifications, including company profile, size status under NAICS Code 336611, and any relevant partnerships or agreements. Responses must be submitted by 10:00 a.m. PST on April 28, 2025, to James Legaspi at james.l.legaspi.civ@us.navy.mil, with no reimbursement for costs incurred in the submission process.
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 soliciting bids for the repair of Pier 237, 341, and 516 at Yokohama North Dock in Yokohama, Japan. The project aims to address deficiencies identified in the 2018 and 2022 pier inspection reports, which include tasks such as crack and spalling repairs, coating, bollard replacement, and the replacement of pier fenders. This repair work is crucial for maintaining the structural integrity and operational capability of the piers, which are vital for military logistics and operations in the region. Interested contractors can reach out to Charles Qi at charles.l.qi.civ@usace.army.mil or call 0464074823, or contact Ryan Marzetta at ryan.j.marzetta.civ@usace.army.mil or 0464078725 for further details regarding the solicitation.
USNS MATTHEW PERRY (T-AKE 9) lay berth and ship repair.
Buyer not available
The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting bids for the lay berth and ship repair of the USNS MATTHEW PERRY (T-AKE 9). This procurement involves specific requirements for ship repair services, including revisions and responses to requests for clarification as outlined in amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of naval vessels, which are critical to national defense. Interested contractors can reach out to Damian Finke at damian.w.finke.civ@us.navy.mil or James Parker at james.l.parker2.civ@us.navy.mil for further details, with the solicitation details available for review.
FY25 MV Puget Drydock Maintenance Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY25 MV Puget Drydock Maintenance Services, a project set aside exclusively for small businesses. The contractor will be responsible for providing comprehensive shipyard maintenance services, including inspections, repairs, and cleaning for the MV PUGET, to be performed at a facility in the Puget Sound area. This maintenance is crucial for ensuring the operational readiness and safety of the vessel, with the performance period estimated from May 25, 2025, to July 25, 2025. Quotations are due by May 15, 2025, and interested contractors must register in the System for Award Management (SAM) to be eligible for consideration; for further inquiries, contact Geraldine L. Kemp at Geraldine.L.Kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil.