USS BLUE RIDGE 5C1 DSRA TYCOM 7 (YOKOSUKA, JAPAN)
ID: N6264925RA059-0008Type: 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 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.

    Point(s) of Contact
    Ai Gillard - Contracting Officer
    01181468163805
    (046) 825-7298
    ai.gillard.ln@us.navy.mil
    Files
    Title
    Posted
    This document is a Request for Proposal (RFP) (N6264925RA059) from the U.S. Navy for the repair and alteration of the USS BLUE RIDGE (LCC-19) from January 2026 to December 2027 at Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Japan. The solicitation is open to firms with an active Master Agreement for Repair and Alteration of Vessels (MARAV) and authorized to operate in Japan. The work involves a firm fixed-price job order for specified repair and maintenance tasks, with a growth reservation for potential additional work. Offerors must submit proposals by July 16, 2025, and access work specifications via DoD SAFE by requesting access by July 9, 2025. The contract outlines detailed requirements for quality management, material provision (Government and Contractor Furnished Material), integrated production schedules, condition found reporting, descoping of requirements, handling delays, and the use of non-Navy owned cranes, adhering to extensive safety and certification standards. It also details strict security requirements for contractor personnel, including background investigations, IT system access, and training in antiterrorism, OPSEC, and Controlled Unclassified Information (CUI) handling.
    This document outlines a Task Group Instruction (TGI) for preserving the Fresh Water Ballast Tank (9-86-5-W) on the USS BLUE RIDGE (LCC-19). The project, scheduled from July 2026 to November 2027, involves commercial blast cleaning, visual inspections for structural integrity and existing coatings, and application of new preservation coatings. Key tasks include adhering to surface preparation specifications (SSPC-SP 6), conducting a completion air test at 2 PSIG, and submitting detailed reports and new coating data. The work will address a critical coated area (CCNY-LCC19-080-25) and potential lead hazards. SRF-JRMC will provide support services such as crane operations, electrical and water utilities, and safety and QA inspections. The TGI references multiple documents and drawings for guidance on structural components and corrosion control, ensuring compliance and thoroughness in the preservation effort.
    This government file, "TASK GROUP INSTRUCTION STRUCT 6-86-0-E," details the repair and installation of structural members, piping systems, and related components on the USS BLUE RIDGE (LCC-19). The primary reason for the work is to revise QA Form 28 Enclosure-04-13 and Enclosure-04-14. The project involves extensive work across various ship locations, including the Engine Room and Fire Room, affecting a fire zone boundary. The scope encompasses installing fiber optic cables, stuffing tubes, cable transit assemblies, a variable spring hanger, and a potable water hose connection. Additionally, numerous gage piping systems for steam, feedwater, lube oil, and other systems, along with associated couplings, reducing couplings, and deck sleeves, are to be replaced or installed. The task also includes replacing stuffing box assemblies for thermometers and compartment insulation. The work requires adherence to specific procedures for disconnection, installation, hydrostatic testing, and non-destructive testing, with strict quality assurance and safety protocols, including potential asbestos and lead hazard mitigation. The project is scheduled to begin on July 21, 2026, and conclude on November 21, 2027.
    This document is a Task Group Instruction (TGI) for the preservation of the bilge area and foundation in compartment 8-76-0-E of the USS BLUE RIDGE (LCC-19). The project, identified as *(D74C-01) F/O - PRESERVE BILGE AREA AND FOUNDATION IN 8-76-0-E, is scheduled to start on July 21, 2026, and finish on November 21, 2027. The scope includes pumping out, cleaning, and drying 822 square feet of the bilge area and boiler foundation, which has a potential lead hazard and is a critical coated area. The work is in response to a Boiler Inspection and Repair Management Information System (BIRMIS) report. Services provided by SRF-JRMC include crane, electrical, and utility services, along with safety, gas-free, and QA inspections.
    This document, a Task Group Instruction (TGI) for the USS BLUE RIDGE (LCC-19), details the cleaning, inspection, and alignment of the 1A Boiler Smoke Indicator (Periscope). The work, scheduled from July 2026 to November 2027, addresses a Boiler Inspection and Repair Management Information System (BIRMIS) report from October 2024. The procedure involves mechanically cleaning and visually inspecting the smoke indicator, including its lamp, damper, reflector, and extension vision units, for deterioration and damage. Special attention is given to a potential asbestos hazard. The TGI outlines material requirements, government-furnished services such as crane and utility support, and safety inspections. The objective is to ensure the proper function and alignment of the boiler smoke indicator, a critical component for the ship's operations.
    This document outlines a Task Group Instruction (TGI) for repairing a crack on the 1A Boiler casing of the USS BLUE RIDGE (LCC-19). The project, identified as ICN: 3819P22114, involves inspecting, grinding, drilling stop holes, and weld-repairing cracks on the inner casing of the Foster Wheeler Corp 1A Boiler. The work is scheduled from July 2026 to November 2027 and addresses potential asbestos and lead hazards. SRF-JRMC will provide Government Furnished Material (GFM) and various services including crane, utility, and safety/QA inspections. The TGI references NAVSEA and Local Standard Items, and a Boiler Inspection and Repair Management Information System (BIRMIS) report. This instruction ensures the structural integrity and operational safety of the boiler, adhering to strict government regulations and safety protocols.
    The Task Group Instruction (TGI) 3819P22114 details the inspection of the 1A Boiler Handhole, Manhole Seat, and Plate on the USS BLUE RIDGE (LCC-19). This project, prompted by the Boiler Inspection and Repair Management Information System (BIRMIS), requires inspecting various handhole and manhole seats and plates on the Foster Wheeler Corp 1A Boiler. The work, scheduled from July 21, 2026, to November 21, 2027, will take place in the Fire Room (8-76-0-E). The TGI outlines specific procedural requirements, referencing NAVSEA Standard Items, Local Standard Items, and the Main Propulsion Boilers Repair & Overhaul manual. Support services, including crane, electrical, air, water, steam utilities, and safety and QA inspections, will be provided by SRF-JRMC. The TGI also notes related work covered by TGI No. 3819P22101A01 for plate removal and installation.
    This document, a Task Group Instruction (TGI) for the USS BLUE RIDGE (LCC-19), outlines the "Set Up and Restoration for 1A Boiler Desuperheater Tightness Test." The project, initiated due to a Boiler Inspection and Repair Management Information System (BIRMIS) report, involves installing and removing test fittings to perform a tightness test on the 1A Boiler's desuperheater outlet piping in the Fire Room. The work, scheduled from July 2026 to November 2027, includes replacing gaskets and adhering to NSI and Local Standard Items. SRF-JRMC will provide Government Furnished Material (GFM) and services such as crane operations, utilities, and safety inspections. The project addresses a potential asbestos hazard and requires specific QA and labor hours for various tasks, including painting and insulation, with a focus on cleanliness for piping systems.
    The WebAIM Short Form TASK GROUP INSTRUCTION (TGI) outlines the procedure for cleaning and adjusting the 1A Boiler Forced Draft Blower (FDB) Shutters on the USS BLUE RIDGE (LCC-19). This maintenance, scheduled from July 21, 2026, to November 21, 2027, addresses a Boiler Inspection and Repair Management Information System report dated October 17, 2024. The work involves disconnecting and reconnecting spring hanger assemblies, removing, cleaning, adjusting, and reinstalling two FDB shutters (Mfr: Bath Iron Works Corporation, Spec: MIL-S-18525 or Equal, Size: 23.25-Inch LG X 30.00-Inch WD). Potential hazards include asbestos and lead. SRF-JRMC will provide government-furnished materials, crane and rigging, electrical and utility services, safety and gas-free inspections, and QA inspections. The TGI details specific tasks, references relevant drawings and documents, and lists required materials such as silicone grease, packing, adhesive, insulation, and cement.
    This document is a Task Group Instruction (TGI) for the replacement of the 1A Boiler Steam Atomizing Check Valve with associated piping on the USS BLUE RIDGE (LCC-19). The project, identified as K37A-4, involves removing existing components, fabricating, and installing new check valves and carbon steel piping in the Fire Room (8-76-0-E). The work includes nondestructive testing, hydrostatic testing, and surface treatment in accordance with NAVSEA Standard Items and specific drawings. The contractor work is scheduled from July 2026 to November 2027. Government-furnished materials and services, such as crane services, electrical and utility services, and various safety and quality assurance inspections, will be provided by SRF-JRMC. The TGI outlines material specifications, safety requirements, and references for the work, responding to a Boiler Inspection and Repair Management Information System (BIRMIS) report.
    This Task Group Instruction (TGI) outlines the replacement of the view port gasket and light for the 1A Boiler on the USS BLUE RIDGE (LCC-19). The project, identified as ICN: 3819P22114 and JCN: EM02-L194, is a response to the Boiler Inspection and Repair Management Information System (BIRMIS) report from October 2024. The scope includes removing and installing new view port gaskets, replacing casing lights, and installing new studs. The work, scheduled from July 2026 to November 2027, is located in the Fire Room (8-76-0-E) and involves potential asbestos and lead hazards. SRF-JRMC will provide government-furnished materials and services such as crane rigging, electrical utilities, low-pressure air, water, steam, and various inspections (safety, gas-free, QA, NDT). The document details specific procedures, references applicable naval standards and drawings, and lists required materials, including glass cloth, insulation, adhesive, chicken wire, cement, gaskets, and incandescent lamps.
    This government file, a Task Group Instruction (TGI), details the replacement of the furnace light and camera wall box assembly of the 1A Boiler Boiler Combustion Monitoring System (BCMS) on the USS BLUE RIDGE (LCC-19). The project, initiated due to a Boiler Inspection and Repair Management Information System (BIRMIS) report, involves removing existing castable refractory, installing new wall box assemblies with baffle tiles, and then installing new castable refractory. The work, scheduled from July 2026 to November 2027, has special requirements regarding potential asbestos and lead hazards, and the proper disposal of known or suspected radiation substance waste. The document lists government-furnished materials and services, including crane, utility, safety, gas-free, and QA inspections, and references several technical documents and drawings for guidance. It also includes details on various materials such as wall box assemblies, castable refractory, and gaskets, along with their specifications.
    This government file outlines a Task Group Instruction (TGI) for the hydrostatic testing of 1A Boiler Fuel Oil (FO) Burner Lead Piping on the USS BLUE RIDGE (LCC-19). The project, scheduled from July 21, 2026, to November 21, 2027, involves disconnecting, testing at 605 PSIG with clean, fresh water, and reconnecting three distinct FO burner lead pipings (No. 1, No. 2, and No. 3) in the Fire Room (8-76-0-E). The piping is 1/2-inch IPS carbon steel, conforming to MIL-T-20157C, SCH 40. The TGI addresses potential lead hazards and requires documentation of test results on QA Form 28 Enclosure-01-1. SRF-JRMC will provide Government Furnished Material and various services, including crane, utility (electrical, air, water, steam), safety inspections, and QA inspections. This TGI responds to a Boiler Inspection and Repair Management Information System (BIRMIS) report and emphasizes cleanliness for the piping system/equipment to Level II.
    This document is a Task Group Instruction (TGI) for the inspection of the 1A Boiler Economizer Outlet Feed Water System Lift Check Valve on the USS BLUE RIDGE (LCC-19). The work, scheduled from July 2026 to November 2027, involves a comprehensive mechanical inspection, disassembly, cleaning, and reassembly of the valve. Key procedures include torque testing, liquid penetrant inspection of sealing surfaces, and verification of the stainless steel inlay. The TGI also details the fabrication and installation of new pressure seal rings, including silver plating, and the attachment of a label plate. This instruction is a response to a Boiler Inspection and Repair Management Information System (BIRMIS) report and requires coordination with SRF-JRMC for material provision and various service works such as crane, utility, and safety inspections. Various reference documents and drawings are cited for guidance throughout the procedure.
    This Task Group Instruction (TGI) outlines the detailed procedure for the removal and installation of the No. One Deaerating Feed Tank (DFT) Steam Pressure Relief Valve on the USS BLUE RIDGE (LCC-19). The work, identified as CU Phase Title (N14-03), will take place in the Fire Room (8-76-0-E) and is scheduled to begin on July 21, 2026, with an estimated completion date of November 21, 2027. The project addresses a Boiler Inspection and Repair Management Information System (BIRMIS) report and involves removing existing valves for SRF-JRMS testing, restoring mating surfaces, and installing new valves with new steam piping joint gaskets. Special requirements include addressing potential asbestos hazards and adhering to cleanliness standards for piping systems. SRF-JRMC will provide Government Furnished Material (GFM) and essential services such as crane, utility, and safety inspections.
    This Task Group Instruction (TGI) outlines the procedures for cleaning and inspecting the 1A Boiler Forced Draft Blowers (FDBs) on the USS BLUE RIDGE (LCC-19). The work, scheduled from July 2026 to November 2027, involves visual inspections, removal and installation of access doors, restoration of mating surfaces, replacement of fasteners and gaskets, and cleaning of exposed parts. It also includes brush-off blast cleaning of inlet screens and compliance with NAVSEA and local standard items. The TGI addresses potential asbestos and lead hazards and details material requirements, including specific gaskets, nuts, and screws. Support services from SRF-JRMC, such as crane, utility, and safety inspections, are also specified.
    This Task Group Instruction (TGI) outlines the removal and installation of 1A Boiler Safety Valves and Pilot Panels on the USS BLUE RIDGE (LCC-19) in response to a Boiler Inspection and Repair Management Information System (BIRMIS) report. The work, scheduled from July 2026 to November 2027, involves replacing high drum, low drum, and superheater safety valve and pilot panel assemblies, all manufactured by Greno Industries Inc., and a Spear Boiler Pilot Panel. The procedure includes removing and installing equipment, restoring mating surfaces, and replacing steam piping joint gaskets, adhering to cleanliness level II for piping systems/equipment. Government-furnished materials and services, such as crane, utilities, and safety inspections, will be provided by SRF-JRMC. All removed equipment will be overhauled by the Original Equipment Manufacturer (OEM).
    This Task Group Instruction (TGI) outlines the procedures for cleaning, inspecting, and lubricating the 1A Boiler Low and High Drum Safety Valve Hand Easing Gear Box, Superheater Actuator, and associated cables on the USS BLUE RIDGE (LCC-19). The work, identified as CU PHASE TITLE: (K22-01) F/O – CLEAN, INSP, AND LUBE 1A BOILER GIS SAFETY VALVE OP SYSTEM, is a response to a Boiler Inspection and Repair Management Information System (BIRMIS) report. The scope includes one hand easing gear box (KUT-ROL Model KR610-3), two cables for the gear box, one lever-operated superheater safety valve actuator, and one cable for the actuator handle. The contractor work is scheduled from July 21, 2026, to November 21, 2027. Procedures involve cleaning and lubricating components with specific materials (2190 TEP for lubricating oil, DOD-G-24508 for grease) and performing a mechanical functional inspection to verify ease of operation and alignment with no binding. Support services, including crane, electrical, and various utility services, as well as safety and QA inspections, will be provided by SRF-JRMC.
    This government file, identified as a WebAIM Short Form TASK GROUP INSTRUCTION (TGI) with ICN 3819P22114, details the overhaul of 1A Boiler Safety Valves and Pilot Panels for the USS BLUE RIDGE (LCC-19). The project, titled "(K2-1) - F/O – ACCOMPLISH AN OVERHAUL OF 1A BOILER SAFETY VALVES & PILOT PANELS," involves the overhaul and shop testing of multiple Greno Industries Inc. boiler safety valves and pilot panel assemblies. The work is contracted to Greno Industries Inc., the OEM, and includes disassembly, cleaning, inspection, refurbishment, and replacement of defective parts. The task is a response to a Boiler Inspection and Repair Management Information System (BIRMIS) report. The contractor's work is scheduled to start on July 21, 2026, and conclude on November 21, 2027. This TGI ensures the operational integrity and safety of the boiler system on the USS BLUE RIDGE, adhering to military specifications.
    This document, a WebAIM Short Form Task Group Instruction (TGI) with ICN 3819P22114, details the inspection and repair of the 1A Boiler Side Wall Header Sliding Feet and Outer Casing Bolted Joint Gasket on the USS BLUE RIDGE (LCC-19). The work, in response to a Boiler Inspection and Repair Management Information System (BIRMIS) report, involves a visual inspection of the casing, solvent cleaning of sliding feet using fabricated sheet metal pans, removal and installation of new fasteners, and installation of new injection fittings. The TGI specifies materials such as chrome-moly steel bolts, alloy steel nuts, and various metal plates and tubes, along with hazardous materials like cleaning compound and silicone grease. SRF-JRMC will provide government-furnished materials and services including crane, electrical, and water utilities, as well as safety and QA inspections. The project's estimated contractor start date is July 21, 2026, with a completion date of November 21, 2027.
    This document, a WebAIM Short Form Task Group Instruction (TGI) with ICN 3819P22115, details the preservation of the bilge area and foundation in compartment 8-76-0-E (Fire Room) on the USS BLUE RIDGE (LCC-19). The project, titled "(BIRMIS) F/O - PRESERVE BILGE AREA AND FOUNDATION IN 8-76-0-E," involves preserving approximately 743 square feet of the bilge area, including the boiler foundation. The work, scheduled from July 21, 2026, to November 21, 2027, addresses a Boiler Inspection and Repair Management Information System (BIRMIS) report from October 2024. Key procedures include cleaning the space, addressing potential lead hazards, and adhering to NAVSEA and Local Standard Items. SRF-JRMC will provide various support services, including crane, utility, and safety inspections. The TGI outlines specific tasks for labor, painting, and quality assurance, emphasizing material procurement and funding processes.
    This government file outlines a Task Group Instruction (TGI) for cleaning and adjusting the 1B Boiler Forced Draft Blower (FDB) Shutters on the USS BLUE RIDGE (LCC-19). The project, initiated by a Boiler Inspection and Repair Management Information System report, involves disconnecting and reconnecting spring hanger assemblies, removing, disassembling, cleaning, adjusting, and reinstalling two FDB shutters. The work, scheduled from July 2026 to November 2027, has potential asbestos and lead hazards. SRF-JRMC will provide materials and services, including crane, utility, and various inspection services. The TGI details specific procedures, references, required materials, and responsible personnel, including planners, an approval authority, and a work integration manager. The document also includes work certification signatures and a material list.
    The government file details a Task Group Instruction (TGI) for replacing the 1B Boiler Steam Atomizing Check Valve with associated piping on the USS BLUE RIDGE (LCC-19). This work, identified by JCN EM02-L192, is a response to a Boiler Inspection and Repair Management Information System (BIRMIS) report. The project involves removing existing components, fabricating and installing new check valves and piping, and conducting nondestructive testing and hydrostatic tests. The scope includes two 3/4-inch IPS carbon steel lift check valves and 3/4-inch IPS carbon steel piping designed for 900 PSIG. The contractor work is scheduled from July 21, 2026, to November 21, 2027. SRF-JRMC will provide Government Furnished Material and services such as crane operations, electrical and utility support, and safety/QA inspections. Special requirements include cleanliness for piping systems to Level II and Class P-2 piping standards. The file lists required materials, including valves, pipes, couplings, gaskets, studs, and nuts, along with relevant reference documents and drawings.
    This government file outlines a Task Group Instruction (TGI) for replacing the view port gasket and light of the 1B Boiler on the USS BLUE RIDGE (LCC-19). The project, identified as 19P, addresses a deficiency noted in the Boiler Inspection and Repair Management Information System (BIRMIS). The scope includes removing and installing view port gaskets conforming to Garlock 3200, and repairing/replacing casing lights. The work, scheduled from July 21, 2026, to November 21, 2027, will be performed in the Fire Room (8-76-0-E) and involves potential asbestos and lead hazards. SRF-JRMC will provide government-furnished materials and various services, including crane, utility, safety, and QA inspections. The TGI details specific procedures, references, and a material list, emphasizing adherence to NSI and local standard items for this critical maintenance task.
    This Task Group Instruction (TGI) outlines the replacement of the furnace light and camera wall box assemblies of the 1B Boiler Boiler Combustion Monitoring System (BCMS) on the USS BLUE RIDGE (LCC-19). This work, in response to a Boiler Inspection and Repair Management Information System (BIRMIS) report, addresses the need to replace specific components, castable refractory, and related materials. The project involves removing existing refractory and wall box assemblies, installing new ones, fabricating gaskets, and installing new castable refractory. The contractor is responsible for the work from July 21, 2026, to November 21, 2027, including disposal of potential radiation substance waste, which must be segregated and packaged in contractor-provided drums. Government-furnished materials and services, such as crane operation, utility services, and various inspections, will be provided by SRF-JRMC. The TGI also notes potential asbestos and lead hazards, with related abatement work covered under separate TGIs.
    This Task Group Instruction (TGI) outlines the hydrostatic testing of 1B Boiler Fuel Oil (FO) Burner Lead Piping on the USS BLUE RIDGE (LCC-19) in the Fire Room (8-76-0-E). The project involves disconnecting, testing, and reconnecting three 1/2-inch carbon steel FO burner lead pipings, each requiring a hydrostatic test with clean, fresh water at 605 PSIG for 30 minutes, with no allowed leakage. The work, scheduled from July 2026 to November 2027, addresses findings from a Boiler Inspection and Repair Management Information System report. SRF-JRMC provides government-furnished materials and services, including crane, utility, and various inspection services. Documentation of test results on QA Form 28 is mandatory, highlighting a focus on safety, compliance, and detailed record-keeping for this critical maintenance operation.
    This document outlines a Task Group Instruction (TGI) for inspecting the 1B Boiler handhole, manhole seat, and plate on the USS BLUE RIDGE (LCC-19). The work, scheduled from July 21, 2026, to November 21, 2027, is a response to the Boiler Inspection and Repair Management Information System (BIRMIS) report dated October 17, 2024. The inspection covers various handhole and manhole seats and plates on the Foster Wheeler Corp 1B Boiler. The TGI details the procedures, referring to NAVSEA Standard Items, Local Standard Items, and a technical manual for main propulsion boilers. Support services from SRF-JRMC include crane services, utility provisions (electrical, air, water, steam), and safety and QA inspections.
    This document outlines a Task Group Instruction (TGI) for setting up and restoring the 1B Boiler Desuperheater Tightness Test on the USS BLUE RIDGE (LCC-19). The project, identified as ICN: 3819P22115, involves installing and removing test fittings to perform a tightness test on the desuperheater's mechanical joints after reinstallation. The work will be conducted in the Fire Room (8-76-0-E) by a contractor, starting July 21, 2026, and completing by November 21, 2027. Special requirements include addressing potential asbestos hazards and maintaining Level II cleanliness for the piping system/equipment. SRF-JRMC will provide Government Furnished Material and services such as crane operations, utilities, safety inspections, gas-free inspections, and QA inspections. The TGI responds to a Boiler Inspection and Repair Management Information System (BIRMIS) report from October 2024.
    This document, a Task Group Instruction (TGI) for the USS BLUE RIDGE (LCC-19), outlines the cleaning and inspection of the 1B Boiler Forced Draft Blowers (FDBs). The work, scheduled from July 2026 to November 2027, involves visual inspections, removal and installation of access doors and housings, cleaning of exposed parts, and adjustment of Variable Inlet Vane (VIV) assemblies for two FDB units. Potential hazards include asbestos and lead. The TGI references various drawings and manuals, requiring specific fasteners and gaskets. SRF-JRMC will provide Government Furnished Material (GFM) and services such as crane, utility, safety, and QA inspections. This TGI is a response to a Boiler Inspection and Repair Management Information System (BIRMIS) report.
    The Task Group Instruction (TGI) 1B BLR SAF V & PNL outlines the removal and installation of 1B Boiler Safety Valves and Pilot Panels on the USS BLUE RIDGE (LCC-19). This project, initiated due to a Boiler Inspection and Repair Management Information System report, involves replacing high drum, low drum, and superheater safety valve assemblies, including associated pilot panels and fasteners. The work, scheduled from July 2026 to November 2027, will take place in the Fire Room (8-76-0-E) and requires adherence to cleanliness level II for piping systems. SRF-JRMC will provide government-furnished materials and services, including crane, utilities, and safety inspections, while removed equipment will be overhauled by the Original Equipment Manufacturer.
    This document, a WebAIM Short Form Task Group Instruction (TGI No: 3819P22115), details the "Cleaning, Inspection and Alignment of 1B Boiler Smoke Indicator (Periscope)" for the USS BLUE RIDGE (LCC-19). The project, initiated by a Boiler Inspection and Repair Management Information System report, involves the mechanical cleaning, visual inspection, and alignment of the smoke indicator, including its lamp, damper, reflector, and extension vision units. The work is scheduled from July 21, 2026, to November 21, 2027. SRF-JRMC will provide government-furnished materials and services, including crane, electrical, utility, and various inspection services. The TGI outlines specific procedures, references, and a material list for components manufactured by Robert H. Wager Company INC.
    This Task Group Instruction (TGI) outlines the overhaul of 1B Boiler Safety Valves and Pilot Panels for the USS BLUE RIDGE (LCC-19), project 19P. The work, scheduled from July 21, 2026, to November 21, 2027, will be performed at the contractor's facility by Greno Industries Inc., the OEM. The scope includes disassembling, cleaning, inspecting, refurbishing, and replacing defective parts for high drum, low drum, and superheater safety valve and pilot panel assemblies. Each overhauled unit will undergo a shop test, with results documented and returned to SRF-JRMC with test certification data sheets. This TGI is a direct response to a Boiler Inspection and Repair Management Information System (BIRMIS) report dated October 17, 2024.
    This document outlines a Task Group Instruction (TGI) for cleaning, inspecting, and lubricating the 1B Boiler GIS Safety Valve Operating System on the USS BLUE RIDGE (LCC-19). The work involves the low and high drum safety valve hand easing gear box, superheater actuator, and associated cables. The procedure details cleaning and lubricating these components with specific materials and conducting mechanical functional inspections to verify ease of operation and alignment. The TGI, identified as JCN EM02-L192, is a response to a Boiler Inspection and Repair Management Information System (BIRMIS) report. Contractor work is scheduled from July 21, 2026, to November 21, 2027. SRF-JRMC will provide supporting services, including crane, utility, and safety inspections. The document also lists relevant reference materials and outlines work certification and review requirements.
    The Task Group Instruction (TGI) 3819P22115 outlines the inspection and repair of the 1B Boiler's side wall sliding feet and outer casing bolted joint gasket on the USS BLUE RIDGE (LCC-19). This work, initiated due to a Boiler Inspection and Repair Management Information System (BIRMIS) report, involves visual inspection, solvent cleaning of sliding feet, and the removal and installation of new fasteners and injection fittings. The project, scheduled from July 2026 to November 2027, specifies detailed material requirements including various bolts, nuts, washers, and specialized cleaning compounds and greases. SRF-JRMC will provide government-furnished materials and services such as crane operations, utility services, and safety and QA inspections. The TGI emphasizes adherence to NAVSEA Standard Items and other technical references for all procedures.
    This government file, a Task Group Instruction (TGI), details the dry lay-up procedure for the 1A/B Boilers on the USS BLUE RIDGE (LCC-19). The project, scheduled from July 21, 2026, to November 21, 2027, involves specific tasks to preserve the boilers in accordance with NAVSEA and Local Standard Items. SRF-JRMC will provide government-furnished materials and services, including crane, electrical, utility, and various inspection services. The TGI outlines required materials such as plastic sheets, rivets, nuts, washers, studs, standoffs, and air duct hoses. The document emphasizes adherence to technical manuals and specific procedures for new and disturbed surfaces. Key personnel involved include H. Takemoto as the preparer and planner, N. Izumi as the approver, and T. Yaginuma as the zone manager. The overall purpose is to ensure the proper dry lay-up of the main propulsion boilers, a critical maintenance task for naval vessels.
    This document, a Task Group Instruction (TGI) for the USS BLUE RIDGE (LCC-19), outlines the replacement of forced draft blower vane actuators, identified as SA98081D, due to a
    This document is a WebAIM Short Form Task Group Instruction (TGI) for a "LOW PRESSURE AIR (T & OP)" test on the USS BLUE RIDGE (LCC-19). It outlines the tightness and operational test for the low-pressure air system, designated 55121-3-300KTR. The TGI, with an ICN of 3819P25001, details the work certification, preparation, and approval processes, involving personnel like Harada, Kazuya and Irei, Sean F. The work encompasses contractor, quality assurance, and self-fabrication tasks, all requiring documentation in accordance with reference TP 55121-3-300KTR. The document also lists specific project details, including the system ID (55121) and the CU Phase Title, emphasizing the critical nature of testing and documenting the low-pressure air system on the vessel.
    This document is a WebAIM Short Form Task Group Instruction (TGI) for the operational test of the Forced Draft Blower System 1A1 on the USS BLUE RIDGE (LCC-19). Dated April 14, 2025, the instruction outlines contractor, quality assurance, and shipyard work to accomplish and document the operational test in accordance with reference document TP 25111-3-300KTR. Key personnel, including Kazuya Harada and Sean F. Irei, prepared and approved the instruction. The document details project, system, and plant IDs, specifying the work as an "Operational Test for Forced Draft Blower System." It lists the necessary documentation and drawings but does not specify materials required for the test. This TGI ensures proper execution and documentation of the operational test, vital for the system's functionality on the naval vessel.
    This document is a Task Group Instruction (TGI) for the operational testing of the Forced Draft Blower System 1A2 (OP) on the USS BLUE RIDGE (LCC-19). Dated April 14, 2025, with an instruction control number of 3819P25001, the TGI outlines the procedures for contractor, quality assurance, and shipyard personnel to accomplish and document the operational test. The work is prepared by Kazuya Harada and approved by Sean F. Irei, both from code 246.2. The primary objective is to ensure the proper functioning of the blower system, as detailed in reference document TP 25111-3-300KTR. This TGI is a short form, indicating a concise set of instructions for a critical system operational test.
    This document is a Task Group Instruction (TGI) for an operational test of the Forced Draft Blower System 1B1 on the USS BLUE RIDGE (LCC-19). The TGI, identified as 25111-3-300KTR, outlines the work certification, completion review, and approval processes. It details the preparation by Harada, Kazuya, and approval by Irei, Sean F. The core task involves contractors, quality assurance, and shipyard personnel accomplishing and documenting the operational test according to reference TP 25111-3-300KTR. This instruction ensures the system's functionality and compliance with established procedures, highlighting a routine yet critical maintenance and operational verification activity for the naval vessel.
    The WebAIM Short Form Task Group Instruction (TGI) outlines the operational test procedures for the Forced Draft Blower System 1B2 on the USS BLUE RIDGE (LCC-19). This TGI, identified as 25111-3-300KTR, details the contractor, QA, and S/F work required to accomplish and document the operational test in accordance with reference document TP 25111-3-300KTR. Prepared by Kazuya Harada and approved by Sean F. Irei, the instruction includes details such as the component name, project, system, and a job summary ID (250A0001). The document emphasizes adherence to specified procedures for conducting and recording the operational test of the forced draft blower system, ensuring proper functioning and documentation for the naval vessel.
    This Task Group Instruction (TGI) outlines the scope of work for accomplishing the Engineering Plant Temperature Monitoring System (EPTMS) on the USS BLUE RIDGE (LCC-19). The project involves electrical removals, modifications, and installations of power, lighting, and interior communication systems, as well as structural work and machinery modifications, specifically the removal and installation of thermometers. The work will be conducted in various locations including the Engine Room, Passages, Uninterruptible Power Supply Equipment Room, Trunk, Engine Room Enclosed Operating Station, IC and Gyro Room No. One, and Shaft Alley. The TGI specifies detailed procedures, references relevant drawings and standard items, and lists materials and services to be provided, including Government Furnished Material (GFM) and SRF-JRMC services. Key initial conditions include potential asbestos and lead hazards. The contractor work is scheduled from July 21, 2026, to November 21, 2027.
    This government file, a Task Group Instruction (TGI), outlines the radiographic test (RT) inspection of three welded joints (PJ-1, PJ-2, and PJ-5) in the No. 1B Main Feed Economizer Outlet piping system on the USS BLUE RIDGE (LCC-19). The work, located in the Fire Room (8-76-0-E), involves inspecting carbon steel butt welds of 5-inch and 4-inch IPS piping, classified as Class P-1. The TGI details the scope, location, identification of the joints, and references to NAVSEA and Local Standard Items. Procedures include accomplishing requirements of specific sections (009-112, 009-012, 009-009, 099-911YO) and obtaining QA Form 20 copies. SRF-JRMC previously welded these joints and will provide services like crane rigging, utilities, safety/gas-free inspections, RSO/ARSO for RT, and QA inspection. Appendices include a Job Summary, Material List, and Deficiency Form, with QA Form J20A for RT operations and evaluation for each joint. The contractor work is scheduled from July 21, 2026, to November 21, 2027. This TGI ensures the structural integrity and safety of critical shipboard piping through mandated non-destructive testing.
    This government file details a Task Group Instruction (TGI) for the replacement of the foundation of the 1B Auxiliary Machinery Cooling Water (AMCW) Strainer on the USS BLUE RIDGE (LCC-19) in the Fire Room (8-76-0-E). The project, identified as 19P, involves removing existing components, fabricating, and installing a new foundation and chock between frames 84 and 86, starboard side. The work, scheduled from July 2026 to November 2027, addresses potential lead and asbestos hazards. The procedure includes cleaning the bilge area and adhering to specific Navy and local standard items, as well as detailed drawings. Government Furnished Material (GFM) and services, such as crane rigging, electrical, and utility supplies, along with various inspections, will be provided by SRF-JRMC. The TGI lists required materials including plates, screws, studs, nuts, rubber seals, and insulation, along with necessary adhesives.
    This government file, a Task Group Instruction (TGI), outlines the procedure for inspecting the Main Condenser Scoop Injection Check Valve on the USS BLUE RIDGE (LCC-19). The work involves removing, inspecting, testing, and reinstalling a 36x38-inch tilting disc check valve manufactured by Anchor Valve Co. Key inspection steps include cleaning, visual inspection for defects, three cycles of manual operation, a hydrostatic test at 50 PSIG for 30 minutes, and a seat tightness test at 7.5 PSIG for 3 minutes with a maximum allowable leakage of 3600 cc/hour. The TGI specifies cleanliness requirements, potential asbestos and lead hazards, and references various technical drawings and manuals. It also details the materials to be furnished by SRF-JRMC, such as rubber gaskets, nuts, insulation, and adhesive, along with services like crane, electrical, and utility support. The work is scheduled between July 21, 2026, and November 21, 2027.
    This document is a WebAIM Short Form TASK GROUP INSTRUCTION (TGI) for the USS BLUE RIDGE (LCC-19), focusing on the "CIRCULATING/COOLING SEA WATER SYS (T & OP) - KTR" project, identified as 25611-3-300KTR. Prepared by YOUSUKE KAMIMURA and approved by JASON Y. OHTA, the instruction details the requirement for tightness and operational testing of the circulating/cooling sea water system. The task involves contractor, QA, and S/F work to accomplish and document these tests in accordance with reference TP 25611-3-300KTR. The TGI ensures proper functioning and safety of the critical sea water system on the vessel.
    This document, "WebAIM Short Form TASK GROUP INSTRUCTION," outlines the installation of a Main Engine Lube Oil Temperature Switch on the USS BLUE RIDGE (LCC-19), project 19P. The project, identified as S/A 88717D, involves electrical modifications and installations within the Engine Room (8-86-0-E), with a contractor work period from July 21, 2026, to November 21, 2027. The task includes pumping out and cleaning the bilge area, electrical system modifications according to specified drawings and standard items, and addressing potential lead hazards. The SRF-JRMC will provide Government Furnished Material and services such as crane operations, electrical utilities, low-pressure air, water, steam, and various inspections (safety, gas-free, QA). The material list details components like panels, covers, terminal boards, switches, and various fasteners required for the installation, highlighting the comprehensive nature of the planned work on the vessel's power system.
    This government file, "TASK GROUP INSTRUCTION NO.: SA 88714D DFT AY A 0" for the USS BLUE RIDGE (LCC-19), outlines the modification of the Deaerating Feed Tank (DFT) Level Control System. The project, initiated due to a "Typo miss," involves electrical, piping, and valve work in the Fire Room and Engine Room, with a contractor work start date of July 21, 2026, and a completion date of November 21, 2027. Key tasks include installing and modifying electrical systems (power and alarm), various piping systems (transmitter, control air tubing, dirty drain), and digital valve positioners. Extensive testing, including hydrostatic and mechanical joint tightness tests, is mandated for new and disturbed piping and valves. The document lists numerous references, including NAVSEA Standard Items and various drawings, and details a comprehensive material list for the modifications.
    The WebAIM Short Form TASK GROUP INSTRUCTION (TGI) 25571-3-300KTR outlines the tightness and operational testing for the DEAERATING FEED TANK on the USS BLUE RIDGE (LCC-19). This document, prepared by YOUSUKE KAMIMURA and approved by JASON Y. OHTA, specifies the procedures for contractor, QA, and S/F work, all of which must comply with reference TP 25571-3-300KTR. The TGI details the project, system, and plant ID, along with work certification and review requirements. It emphasizes the need for thorough testing to ensure the operational integrity of the deaerating feed tank, indicating a federal government procurement or maintenance directive for naval assets.
    The "WebAIM Short Form TASK GROUP INSTRUCTION" outlines a critical task for the USS BLUE RIDGE (LCC-19) involving the tightness and operational testing of its Main/Auxiliary Condensate System. This instruction, identified as TGI No. 25541-3-300KTR, details the procedures for contractor, quality assurance (QA), and shipyard/facility (S/F) personnel to accomplish and document these tests. Prepared by KAMIMURA, YOUSUKE, and approved by OHTA, JASON Y., the document emphasizes adherence to reference TP 25541-3-300KTR. The primary objective is to ensure the system's integrity and functionality, highlighting the importance of meticulous testing in accordance with established protocols for this vital ship system.
    This Task Group Instruction (TGI) outlines the replacement of trunk safety nets on the USS BLUE RIDGE (LCC-19), specifically within Trunk (7-75-2-T) and surrounding CPO Living Spaces, Uptake Space, Production Control Room, Electronic Imaging Center, and Fire Room. The project involves removing existing staples, brackets, support frames, and chock plates, then fabricating and installing new ones, along with two new trunk safety nets (No. One Net for below 4th Deck and No. 2 Net for below 5th Deck). The safety nets are made of nylon webbing with steel snap hooks and aluminum alloy label tags. Key procedures include hammer testing new staples and load testing the new safety nets to 1,750 LBs for 10 minutes, with no evidence of weakening or failure. Fabrication of the trunk safety net itself is excluded from this TGI due to contractor capability limitations and will be accomplished under a separate TGI. Government-furnished materials and services, such as crane services, utilities, and various inspections, will be provided by SRF-JRMC. The work is scheduled to start on July 21, 2026, and complete by November 21, 2027.
    This document is a solicitation for a comprehensive ship maintenance and repair project for the USS BLUE RIDGE (LCC-19), solicitation number N6264925RA059. It outlines 72 individual work items, referred to as Technical Guidance Instructions (TGIs), covering a wide range of tasks including preservation, structural repairs, tightness and operational testing of various ship systems (e.g., potable water, main steam, auxiliary steam, main feed water, lube oil, condensate, air, sea water, firemain), and boiler maintenance for both 1A and 1B boilers. The document details the requirement for offerors to provide labor hours (in-house and sub-contractor), labor costs, material costs, and other direct costs (ODC) for each TGI, leading to a proposed price for CLIN 0001 (72 TGIs) and CLIN 0002 (Growth CLIN). The overall goal is to perform a 5C1 DSRA (Drydocking Selected Restricted Availability) on the vessel, emphasizing the need for detailed cost breakdowns and adherence to the specified work descriptions.
    This document, "ATTACHMENT IV: REQUEST FOR INFORMATION (RFI)" (RFP Number: N6264925RA059), outlines a standard RFI format used within government procurement processes, specifically for federal contracts. It serves as a formal communication tool for contractors to submit questions regarding a Request for Proposal (RFP) to the government. The document includes fields for the date of request, contractor information, the specific RFP number, page numbers pertaining to the questions, and the contractor's question(s). A dedicated section for government use only ensures a structured internal review process, capturing details such as technical reviewer, dates, and whether the response necessitates changes to specifications, drawings/references, requirements, or materials. This RFI mechanism facilitates clarification and ensures a comprehensive understanding of the RFP requirements before bid submission.
    The "CONTRACT DATA SHEET" is a standardized form used to evaluate contractor performance for federal government RFPs and grants. It requires detailed information about a contract, including the contractor name, contract number, type (Firm Fixed Price or Other), item/service description, quantity/period of performance, and customer details. A key section focuses on performance, assessing whether supplies/services were delivered on schedule and met specifications. It also asks if modifications were needed, if the contract faced termination or litigation, and if the contractor received quality awards. Any "YES" or "NO" answers marked with an asterisk require an explanatory narrative, emphasizing accountability and problem-solving. This document serves as a critical tool for assessing past performance and compliance in government contracting.
    The Quality Assurance Surveillance Plan (QASP) for the USS BLUE RIDGE (LCC-19) FY26 outlines the Department of the Navy's framework for monitoring contractor performance. Its purpose is to ensure timely, adequate, and complete deliverables while meeting contract requirements. Key government roles include the Administrative Contracting Officer (ACO), responsible for overall contract compliance and safeguarding U.S. interests, and the Project Manager (PM)/Contracting Officer Representative (COR), who handles technical administration and maintains a quality assurance file. Surveillance methods include direct observation, verification of documentation, and inspections. Contractor performance will be rated as acceptable or unacceptable based on performance standards and acceptable quality levels detailed in Enclosure (1), which defines requirements for schedules, corrective action requests, condition found reports, letters of concern/direction, and cure/show cause notices. Performance documentation will be used for contractual actions and past performance assessments.
    The provided government file indicates that the document content could not be displayed. Instead of the intended information, it shows a message prompting the user to upgrade their PDF viewer to the latest version of Adobe Reader. It also provides links for downloading Adobe Reader and for seeking further assistance with the software. The document explicitly mentions that if the message is not replaced by the proper contents, the PDF viewer may not be able to display this type of document. This suggests that the file is not a typical RFP, grant, or solicitation but rather a technical advisory regarding PDF display issues.
    The provided document is a placeholder message indicating that the PDF viewer may not be able to display its contents. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. It does not contain any substantive information related to government RFPs, federal grants, or state/local RFPs, but rather serves as a technical notification for document access.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables for contracts, particularly within federal government RFPs, federal grants, and state and local RFPs. This document outlines the requirements for contractors to submit an Integrated Production Schedule (IPS) for projects like the USS BLUE RIDGE (LCC-19) 5C1 DSRA. Key requirements include initial submission within five calendar days of contract award and subsequent submissions every 30 days until availability. The schedule of work must be submitted electronically in English, using approved transferable media and Microsoft Office Suite. The contractor must also attend work package integration and execution conferences, conduct ship-checks, support early start periods, and order long lead-time structural materials. The form details instructions for both government personnel and contractors, including pricing groups for data items based on their necessity to the primary contracted effort, ensuring compliance with NAVSEA and SRF-JRMC Standard Items and Local Standard Items. Critical dates for contractor work start and completion are also outlined.
    DD Form 1423-1, a Contract Data Requirements List (CDRL), outlines data submission requirements for contractors in federal government solicitations. This form details specifications for data items like the Integrated Production Schedule (IPS), ensuring timely and accurate delivery of project information. Key requirements include initial schedule submission within five days of contract award and subsequent monthly updates until project commencement. Contractors must submit schedules electronically in English, using Microsoft Office Suite, and adhere to NAVSEA and SRF-JRMC standard items. The document also mandates contractor participation in various pre-availability conferences, ship-checks, and material coordination. It distinguishes between different data pricing groups (Group I-IV) based on the effort required for data development and submission. The form emphasizes the importance of these data submissions for effective project integration and risk mitigation, particularly for contracts related to naval ship repair, such as the USS BLUE RIDGE (LCC-19) DSRA.
    This amendment to solicitation N6264925RA059 outlines changes for the repair and alteration of the USS BLUE RIDGE (LCC-19). Key updates include extending the solicitation closing date to July 23, 2025, at 10:00 AM JST, in response to a question about work volume. Offerors must possess an active U.S. Navy Master Agreement for Repair and Alteration of Vessels (MARAV) to be eligible for award, and proposals are due by the extended date. Access to work specifications requires an email request by July 9, 2025, to specific points of contact for DoD SAFE access. Proposals must be submitted electronically via email or DoD SAFE, following strict formatting and content guidelines, including separate volumes for price, technical acceptability, and past performance. The government intends to award without discussions and emphasizes the importance of a comprehensive proposal, especially concerning labor hours, materials, and a detailed management/staffing plan.
    This amendment to solicitation N6264925RA059 primarily extends the closing date for offers to July 30, 2025, at 10:00 AM JST. It also addresses a question regarding required drawings for the Inspect 1A Boiler Economizer Outlet Feed Water System Lift Check Valve by distributing revised documentation and additional drawings. Key revisions include updated instructions for offer submission, emphasizing the requirement for offerors to possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) or Agreement for Boat Repair (ABR) to be eligible for award, and clarifies that non-holders must request an application package. The document outlines detailed proposal content, requiring separate volumes for price, technical acceptability, and past performance, and specifies electronic submission via email or DoD SAFE. Offerors must adhere to strict formatting and content guidelines, including providing a management/staffing plan, a milestone schedule, and past performance information. The performance period is from January 12, 2026, to December 13, 2027, at Commander, Fleet Activities Yokosuka (CFAY) Naval Base. Access to work specifications is through DoD SAFE, requiring an email request by July 9, 2025.
    This amendment to solicitation N6264925RA059 addresses questions and distributes revised documents related to a government contract. The purpose of this amendment is to respond to questions received, distribute revised technical guidance instructions (TGI 3819P22114A12_c0v1 and TGI 3819P43701A01_c2v1), and provide updated drawings (DWG_2492510_81994_C_ and DWG_NMP-162_D_). Key changes include confirmation of drawing references and an amendment to paragraph 5.6 of TGI 3819P43701A01 to correct a reference from 1.3.7 to 1.3.6 regarding valve installations. All other terms and conditions of the original solicitation remain unchanged. This amendment ensures clarity and provides necessary documentation for contractors in the bidding process.
    Amendment 0004 to solicitation N6264925RA059 addresses a contractor's question regarding the provision of Gasket (HH-P-31) as Government Furnished Material (GFM). The government confirms that the gasket will be provided as GFM. The amendment details the specific items, including "PACKING, C-234 H.TAKEMOTO," with stock numbers and required lengths, that will be furnished. This amendment ensures clarity on material provisioning for the contract, with all other terms and conditions remaining unchanged, and extends the solicitation until July 22, 2025.
    This amendment to solicitation N6264925RA059-0005 outlines changes for the USS BLUE RIDGE (LCC-19) FY26 CNO maintenance contract. Key updates include responding to a question about safety net fabrication, distributing a revised Task Group Instruction (TGI), and extending the solicitation closing date to August 13, 2025. It also revises Section C-1.2 regarding applicable reference documents, specifying the use of NAVSEA Standard Items (NSIs) and SRF-JRMC Local Standard Items (LSIs) for various availabilities. The document details contractor responsibilities for general requirements, technical descriptions, material management (Government- and Contractor-Furnished), integrated production schedules, availability preparation, condition found reporting, descoping of requirements, and handling delays. Crucially, it provides extensive guidelines for the use of non-Navy owned cranes and outlines comprehensive security requirements for contractor access to federal facilities, sensitive information, and IT systems, including background investigations and training protocols.
    Amendment 0006 to Solicitation N6264925RA059 revises CLIN 0002 in Section B and replaces Attachment II Price Proposal Breakdown Form N6264925RA059 with N6264925RA059_REV1. The amendment, effective August 1, 2025, adjusts the "Growth Reservation associated with CLIN 0001" from 17.44 percent to 17.45 percent of the total proposed cost for CLIN 0001. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered.
    Amendment 0007 to solicitation N6264925RA059, dated August 4, 2025, addresses a question regarding silverplating requirements. The amendment clarifies that the recommended specifications for silverplating are Type 1 (99.9% min purity) and Class S, which includes a supplementary chromate treatment for tarnish resistance. This amendment ensures that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment for their offers to be considered valid.
    Amendment 0008 to Solicitation N6264925RA059 reopens the solicitation and extends the offer due date to October 17, 2025, at 10:00 AM JST. This amendment revises Sections A, B, F, and L-1.0, and replaces the Price Proposal Form with Attachment II_REV2. It also distributes updated Task Group Instructions (TGIs) and the Contract Data Requirements List (CDRL)_R1. Key changes include updated budget exchange rates for FY26, a revised period of performance from July 21, 2026, to June 20, 2028, and a new process for accessing work specifications via DoD SAFE. Offerors must hold an active U.S. Navy Master Agreement for Repair and Alteration of Vessels (MARAV) and submit proposals electronically. Questions are due by October 10, 2025. The amendment details proposal submission requirements across three volumes: Price, Technical Acceptability, and Past Performance.
    Amendment 0009 to solicitation N6264925RA059, issued by NAVSUP FLC Yokosuka on September 24, 2025, distributes a revised Contract Data Requirements List (CDRL)_R2. This amendment, applicable to solicitations, indicates that the hour and date for receipt of offers are not extended. Offerors must acknowledge receipt of this amendment by completing Items 8 and 15 and returning copies, acknowledging on each offer submitted, or sending a separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in rejection of the offer. All other terms and conditions of the original document remain unchanged and in full force and effect.
    This document is a Task Group Instruction (TGI) for the tightness and operational testing of the potable water system on the USS Blue Ridge (LCC-19). The work, identified as 53311-3-300KTR, is scheduled for completion by May 2, 2025. It involves contractor, QA, and S/F personnel carrying out the tests according to reference document TP 53311-3-300KTR. The TGI outlines key details such as approval signatures, project identification (19P), system code (53311), and an estimated job summary ID (123A41AG). The document emphasizes the precise execution and documentation of these tests to ensure the system's integrity and operational readiness.
    This document is a Task Group Instruction (TGI) for the tightness and operational testing of the Main Steam System on the USS Blue Ridge (LCC-19). The TGI, identified as 25311-3-300KTR with ICN 3819P123AG, outlines the work to be performed by contractor, quality assurance, and ship's force personnel. Prepared by Hisao Nagashima and approved by Jason Y. Ohta, the instruction details the requirement to accomplish and document the tightness and operational test in accordance with reference document TP 25311-3-300KTR. The project aims to ensure the integrity and functionality of the main steam system on the vessel.
    This document is a Task Group Instruction (TGI) for the tightness and operational testing of the High-Pressure Steam Drain System on the USS BLUE RIDGE (LCC-19). The TGI, identified as 25811-3-300KTR, outlines the work to be performed by contractors, quality assurance personnel, and ship's force in accordance with reference document TP 25811-3-300KTR. Prepared by HISAO NAGASHIMA and approved by JASON Y. OHTA, the instruction details the scope of work, which includes accomplishing and documenting the specified tests. The document provides administrative details such as dates, personnel, and identification numbers, indicating a structured approach to critical system maintenance on a naval vessel.
    The "WebAIM Short Form TASK GROUP INSTRUCTION" (TGI NO: 53411-3-300KTR) details the tightness and operational testing for the Auxiliary Steam System (AUX STEAM SYS) on the USS BLUE RIDGE (LCC-19). This instruction, prepared by Ishii, Yuuhei and approved by Ohta, Jason Y., outlines the work certification, completion, and records review processes. The core task involves accomplishing and documenting the tightness and operational test in accordance with reference document TP 53411-3-300KTR. The TGI specifies responsibilities for contractor (V), QA (G), and S/F (S) work, all focused on ensuring the proper functioning of the auxiliary steam system. This task group instruction appears to be a work order or a component of a larger maintenance or repair contract within a federal government project.
    This document is a WebAIM Short Form Task Group Instruction (TGI) for the tightness and operational test of the Gland Seal and Vent Exhaust System on the USS BLUE RIDGE (LCC-19), project 19P. Dated May 2, 2025, and prepared by ISHII, YUUHEI, and approved by OHTA, JASON Y., the TGI outlines contractor, quality assurance, and shipyard work to accomplish and document these tests in accordance with reference TP 53421-3-300KTR. It details the component name, type, phase, and identification numbers, along with work certification signatures and planning acceptance. The document provides specific instructions for each task, emphasizing compliance with the technical procedure for both tightness and operational testing.
    This document is a WebAIM Short Form Task Group Instruction (TGI) for a "Tightness & Operational Test for Main Feed Water System - KTR" on the USS BLUE RIDGE (LCC-19). Dated May 6, 2025, and prepared by Masaki Mizushima and approved by Jason Y. Ohta, the TGI outlines work for contractors, QA, and S/F personnel to accomplish and document a tightness and operational test in accordance with reference TP 25511-3-300KTR. The project, identified as 19P, focuses on system 25511. This instruction ensures the proper testing and certification of the main feed water system, highlighting adherence to specified technical procedures and quality assurance protocols within a naval vessel maintenance context.
    This document outlines a Task Group Instruction (TGI) for the tightness and operational testing of the Steam Exhaust/Escape System on the USS BLUE RIDGE (LCC-19). The TGI, identified as 53441-3-300KTR, details work certification, completion, and records review processes. It specifies tasks for contractor, QA, and S/F personnel to accomplish and document testing in accordance with reference document TP 53441-3-300KTR. Key personnel involved in preparation and approval are Masaki Mizushima and Jason Y. Ohta, respectively. The document emphasizes meticulous execution and documentation of the tightness and operational test, reflecting a critical maintenance or readiness procedure for the naval vessel's steam system.
    The WebAIM Short Form TASK GROUP INSTRUCTION (TGI) 3819P123AG outlines the tightness and operational test procedures for the Main Lube Oil System #1 on the USS BLUE RIDGE (LCC-19). This TGI, prepared by Yuuji Fukuda and approved by Jason Y. Ohta, details contractor, quality assurance, and shipyard work for the system, identified as 26211-3-300KTR. The work involves accomplishing and documenting tests in accordance with reference document TP 26211-3-300KTR. The instruction specifies personnel for completion and records review, and indicates a 'For Official Use Only' (FOUO) classification. This document is crucial for ensuring the operational integrity and safety of the ship's main lube oil system.
    This document outlines a Task Group Instruction (TGI) for the USS BLUE RIDGE (LCC-19) concerning a Tightness & Operational Test (T & OP) for the MAIN/AUXILIARY CONDENSATE SYS (KTR). The TGI, identified as 25541-3-300KTR, details work certification, completion, and records review procedures. Key personnel involved in preparation and approval are listed, along with their contact information. The work involves accomplishing and documenting tightness and operational tests in accordance with reference document TP 25541-3-300KTR. The tasks are categorized for Contractor, QA, and S/F work, each requiring adherence to the specified test plan. This instruction is crucial for ensuring the operational integrity of the condensate system on the USS BLUE RIDGE.
    This document is a WebAIM Short Form Task Group Instruction (TGI) for a tightness and operational test of the Low Pressure Air System on the USS BLUE RIDGE (LCC-19). The TGI, identified as 55121-3-300KTR, outlines work to be performed by contractors, QA personnel, and ship's force in accordance with reference document TP 55121-3-300KTR. The instruction details the administrative information for the task, including preparation and approval by personnel from code 246.2. The primary objective is to ensure the integrity and functionality of the low-pressure air system through comprehensive testing, a critical procedure for naval vessel maintenance and operational readiness.
    The WebAIM Short Form TASK GROUP INSTRUCTION (TGI) 25611-3-300KTR outlines the tightness and operational testing for the Circulating/Cooling Sea Water System on the USS BLUE RIDGE (LCC-19). Prepared by Kouichiro Noda and approved by Jason Y. Ohta, this TGI details the tasks for contractor, QA, and S/F personnel to accomplish and document the required tests. The instruction emphasizes adherence to reference document TP 25611-3-300KTR. The project, identified as 19P, falls under system 25611. This document, marked FOUO (For Official Use Only), is essential for ensuring the operational integrity and safety of the ship's sea water system.
    The document is a WebAIM Short Form TASK GROUP INSTRUCTION (TGI) for the USS BLUE RIDGE (LCC-19), specifically for the "FIREMAIN SYS (T & OP) - KTR" project. Dated May 6, 2025, with an ICN of 3819P123AG, this instruction details the tightness and operational testing for the Firemain System. It outlines tasks for contractor (V), quality assurance (G), and ship force (S) personnel, all requiring adherence to reference document TP 52111-3-300KTR. The TGI includes sections for work certification, completion review, and material lists, indicating a structured approach to critical system maintenance and testing on the vessel.
    This document is a Task Group Instruction (TGI) for the tightness and operational testing of the Auxiliary Steam System (AUX STEAM SYS) on the USS BLUE RIDGE (LCC-19), designated as project 19P. The TGI, identified as 53411-3-300KTR, outlines the work to be performed by contractor, QA, and S/F personnel in accordance with reference TP 53411-3-300KTR. It includes details such as preparation and approval dates, responsible personnel, and specific work certifications. The instruction emphasizes the accomplishment and documentation of tightness and operational tests, highlighting the critical nature of this system for the ship's functionality. The document also includes sections for a material list and material references.
    The WebAIM Short Form TASK GROUP INSTRUCTION (TGI) 25511-3-300KTR outlines the tightness and operational testing for the Main Feed Water System on the USS BLUE RIDGE (LCC-19). Dated May 1, 2025, this instruction details contractor, quality assurance, and supervisory work to accomplish and document these tests in accordance with reference document TP 25511-3-300KTR. Key personnel, including Masaki Mizushima and Jason Y. Ohta, prepared and approved the instruction. The document specifies the project (19P), system (25511), and emphasizes adherence to procedures for critical ship systems, indicating a routine maintenance or overhaul task within a federal government context.
    This government file, a WebAIM Short Form TASK GROUP INSTRUCTION (TGI), details the tightness and operational testing for the Fuel Oil Service System, Piping & Miscellaneous (T & OP) on the USS BLUE RIDGE (LCC-19). Dated May 1, 2025, and prepared by Daisuke Saiga and approved by Jason Y. Ohta, the instruction outlines specific tasks for contractors, quality assurance, and shipyard forces to accomplish and document these tests according to reference TP 26111-3-300KTR. The document, identified by TGI NO: 26111-3-300KTR, includes administrative details, approval signatures, and a section for material references, emphasizing compliance with established procedures for this critical ship system.
    This document is a WebAIM Short Form Task Group Instruction (TGI) for the tightness and operational test of the 1A Boiler on the USS BLUE RIDGE (LCC-19). Dated May 5, 2025, and prepared by OOSAKA, TESSHIN, and approved by OHTA, JASON Y., the TGI outlines work to be performed by a contractor (KTR) in accordance with reference document TP 22111-3-300KTR. The instruction details tasks for contractor, QA, and S/F personnel to accomplish and document the tightness and operational test, emphasizing compliance with the specified technical procedure. The document is part of a larger project, "19P," related to system "22111," and identifies the "CU PHASE TITLE: 1A BOILER (T & OP) - KTR."
    This document outlines a WebAIM Short Form Task Group Instruction (TGI) for a tightness and operational test of the DEAERATING FEED TANK (T & OP) on the USS BLUE RIDGE (LCC-19), project 19P. The TGI, numbered 25571-3-300KTR, details the work to be performed by contractors, QA, and shop/field personnel in accordance with reference document TP 25571-3-300KTR. It includes administrative information such as preparation and approval dates, personnel involved, and a job summary ID (221A1114). The document emphasizes the requirement for all parties to accomplish and document the tightness and operational test, but it does not specify an overall cost, total man-hours, or duration for the entire project. This TGI serves as a formal instruction for a critical system test on a naval vessel.
    This government file is a Task Group Instruction (TGI) for a tightness test on Boiler 1A, Desuperheater, aboard the USS BLUE RIDGE (LCC-19). The document, identified by ICN 3819P22114, outlines the scope of work, which includes contractor, QA, and S/F personnel accomplishing and documenting a hydrostatic test in accordance with reference document TP 22111-2-101KTR. It details the component name, type, phase, project, system, and provides information on the preparing and approving activities, including names, codes, and dates. The TGI also lists the relevant Job Control Numbers (JCNs) and a Job Summary ID, indicating it's part of a broader maintenance or repair effort for the ship's boiler system.
    The WebAIM Short Form TASK GROUP INSTRUCTION (TGI) outlines the tightness and operational testing for the 1B BOILER on the USS BLUE RIDGE (LCC-19). This document, identified as TGI NO: 22111-3-300KTR, specifies that both contractor (V) and QA (G) personnel are responsible for accomplishing and documenting these tests in accordance with reference TP 22111-3-300KTR. The TGI also includes details on the preparing and approving activities, with Tesshin Oosaka as the preparer and Jason Y. Ohta as the approver. The overall project, designated as 19P, falls under System 22111 and has a planning acceptance ID of 221A1115. The document is marked FOUO (For Official Use Only), indicating its restricted nature.
    The WebAIM Short Form TASK GROUP INSTRUCTION (TGI) 26111-3-300KTR, dated May 1, 2025, outlines the tightness and operational testing for the Fuel Oil Service System, Piping, and Miscellaneous components on the USS BLUE RIDGE (LCC-19). This document details tasks for contractors, quality assurance, and ship's force to accomplish and document these tests in accordance with reference TP 26111-3-300KTR. The TGI specifies administrative information, work certification signatures, and approval details, including preparing and approving activities. The CU Phase Description further clarifies the scope as "Tightness & Operational Test for FUEL OIL SERVICE SYS, PIPING & MISC (T & OP) - KTR." This task group instruction ensures the integrity and functionality of the fuel oil service system through prescribed testing and documentation procedures.
    This document is a WebAIM Short Form Task Group Instruction (TGI) for the USS BLUE RIDGE (LCC-19) dated May 1, 2025. It details the "Tightness & Operational Test for Aux Steam System - KTR" (Auxiliary Steam System - Tightness & Operational Test - Contractor) under Project 19P and System 53411. The TGI outlines tasks for contractor, QA, and S/F personnel to accomplish and document the tightness and operational test in accordance with reference document TP 53411-3-300KTR. Key personnel involved in preparation and approval are Kazuhiro Nishimura and Jason Y. Ohta, with Yasuhiko Takahashi as the Zone Manager. The document specifies work certification, completion, and records review processes, indicating a structured approach to maintenance and operational verification on the naval vessel.
    This document is a WebAIM Short Form Task Group Instruction (TGI) for a tightness test on Boiler 1B, Desuperheater, for the USS BLUE RIDGE (LCC-19). The TGI, numbered 22111-2-102KTR, outlines the work to be performed, including contractor, quality assurance, and ship/force tasks. These tasks primarily involve accomplishing and documenting a hydrostatic test in accordance with reference document TP 22111-2-102KTR. The document also includes administrative details such as preparation and approval signatures, JCNs, and a material list. This TGI ensures proper testing and documentation for the specified boiler component on the USS BLUE RIDGE.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS DEWEY (DDG-105) during its scheduled availability from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award, and the work will include structural, sheet metal, and rigging tasks, along with managing anticipated growth work. This procurement is critical for maintaining naval readiness and operational capability, ensuring that the USS DEWEY remains in optimal condition for future missions. Proposals are due by December 15, 2025, and 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 and access to the work specifications.
    USS DEWEY (DDG-105) FY26 6C1 SRA(d) 38K4244119 S/A 92881K, Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Selected Repair Availability (SRA) of the USS DEWEY (DDG-105) at Yokosuka Naval Base, Japan, scheduled from March 30, 2026, to June 20, 2026. 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, as the contract involves critical ship repair and maintenance tasks essential for naval operations. Offerors are required to submit detailed price proposals and request access to work specifications via DoD SAFE by December 9, 2025, with all proposals due by December 17, 2025, at 10:00 AM Japan Standard Time. For further inquiries, interested parties may contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil.
    LCU-1651 DSRA 6B1 44pkg (svc)
    Buyer not available
    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
    Buyer not available
    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, overhaul, preservation, and replacement work, encompassing twenty-two Task Group Instructions (TGIs) that adhere to NAVSEA and SRF-JRMC standards. This contract is critical for maintaining the operational readiness of the USS DEWEY and ensuring compliance with safety and security regulations during the repair process. Proposals are due by January 8, 2026, at 10:00 AM, and interested parties should submit their proposals to Takayo Shiba via email at takayo.shiba.ln@us.navy.mil. The period of performance for the contract is set from March 30, 2026, to September 7, 2026.
    USS DEWEY (DDG-105) FY26 6C1 SRA(d) 38K4248201 S/A 97085K, Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS DEWEY (DDG-105) at Yokosuka Naval Base, Japan, from March 30, 2026, to June 20, 2026. 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, as the contract is firm-fixed-price and includes specific structural modifications and enhancements to the ship's Tactical Weapon Control System. This procurement is critical for maintaining the operational readiness of the USS DEWEY, ensuring compliance with military standards and safety protocols. Interested contractors must submit their proposals by December 17, 2025, and request access to the work specifications by December 9, 2025, with further inquiries directed to Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil.
    USS DEWEY (DDG 105) FY26 6C1 SRA(d) TGI 38K4243901-A01, Yokosuka, Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for ship repair and maintenance services for the USS DEWEY (DDG-105) during its FY26 6C1 SRA(d) availability in Yokosuka, Japan. The selected contractor will be responsible for providing comprehensive management, technical, procurement, production, testing, and quality assurance services necessary for the repair and maintenance of the vessel, adhering to applicable standards and specifications. This opportunity is critical for ensuring the operational readiness of naval vessels and maintaining the integrity of the fleet. Interested offerors must submit their proposals by December 15, 2025, at 10:00 AM Japan Standard Time, and can request access to the Work Specification Package by contacting Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    USS SHOUP (DDG-86) FY26 6J2 CNO SIA BUNDLE #3, Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS SHOUP (DDG-86) during its FY26 6J2 CNO SIA Bundle 3 availability at Yokosuka Naval Base, Japan. The procurement requires firms to possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and to be authorized to operate in Japan, as the work involves critical ship repair and alteration tasks essential for maintaining naval readiness. The contract is structured as a firm-fixed-price job order, with a performance period from March 9, 2026, to May 4, 2026, and proposals must be submitted by December 8, 2025, at 10:00 AM JST. Interested parties should contact Kazuo Takamura at kazuo.takamura.ln@us.navy.mil for further details and access to the work specifications.
    USS DEWEY (DDG 105) 6C1 SRA BUNDLE 3
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG 105) under the FY26 6C1 SRA Bundle 3. This procurement requires contractors with an active Master Agreement for Repair and Alteration of Vessels (MARAV) to perform a series of maintenance tasks, including deck covering replacements, weld repairs, and flight deck preservation, as detailed in the solicitation documents. The work is critical for maintaining the operational readiness of the vessel and ensuring compliance with NAVSEA standards. Proposals must be submitted by December 15, 2025, with the performance period spanning from March 30, 2026, to December 14, 2026. Interested contractors can contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil for further information.
    USS WICHITA (LCS 13) FY26 DSRA AND USS THOMAS HUDNER (DDG 116) 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 WICHITA (LCS 13) and USS THOMAS HUDNER (DDG 116). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair on these naval vessels, with the contracts expected to be awarded as two separate Firm-Fixed-Price agreements. The solicitation is open to qualified offerors on the East Coast, with a focus on ensuring adequate competition, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. Proposals are due by December 5, 2025, and inquiries can be directed to Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Paul Kang at paul.k.kang.civ@us.navy.mil.
    USS ST LOUIS (LCS 19) FY27 DSRA
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking expressions of interest from qualified contractors for the FY27 Docking Selected Restricted Availability (DSRA) of the USS ST LOUIS (LCS 19). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and alterations on the vessel, with a focus on small business participation. The anticipated contract will involve a range of services, including underwater hull preservation, structural welding, and multiple ship alterations, with performance expected between December 7, 2026, and August 27, 2027. Interested parties must submit their letters of interest by December 6, 2025, to Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil, and the anticipated Request for Proposal (RFP) release date is set for January 2026.