USS DEWEY (DDG-105) FY26 6C1 CNO SRA(d) BUNDLE #2, Chief of Naval Operation Availability Yokosuka Japan
ID: N6264926RA004Type: 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 maintenance and repair services on the USS DEWEY (DDG-105) during its FY26 Chief of Naval Operations Availability (CNO) in Yokosuka, Japan. The contract encompasses a range of ship repair tasks, including inspections, repairs, and preservation work across various components of the vessel, with a focus on ensuring operational readiness. This procurement is critical for maintaining the ship's functionality and compliance with naval standards, involving detailed cost proposals in Japanese Yen for the specified tasks. Interested contractors must submit their proposals by November 20, 2025, with the performance period set from March 30, 2026, to December 14, 2026. For further inquiries, contact Kazuo Takamura at kazuo.takamura.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.

    Point(s) of Contact
    Kazuo Takamura
    0081468166187
    (046) 825-7298
    Kazuo.Takamura.ln@us.navy.mil
    Ai Gillard - Contracting Officer
    01181468168385
    (046) 825-7298
    ai.gillard.ln@us.navy.mil
    Files
    Title
    Posted
    This Task Group Instruction (TGI) outlines the inspection, repair, and preservation of the bilge and bilge drain wells in Engine Room No. 2 (4-254-0-E) of the USS DEWEY (DDG-105). The work involves various locations including fuel tanks and auxiliary machinery rooms. Key tasks include removing and installing strainer plate assemblies, repairing and preserving bilge drain wells, replacing structural members, and installing new zinc anodes. The TGI details specific quantities and materials for components like deck plates, valves, piping, and anodes. It emphasizes structural integrity, corrosion control, and adherence to naval standards, with provisions for critical coated areas and potential asbestos hazards. The project is supported by Government Furnished Materials and services like crane, rigging, and utility support provided by SRF-JRMC.
    This Task Group Instruction (TGI) outlines the inspection, repair, and preservation of the Ship Service Gas Turbine Generator (SSGTG) Intake/Exhaust Trunk (02-161-2-Q) and SSGTG Intake (03-174-0-Q) on the USS DEWEY (DDG-105). The work addresses a fire zone boundary and requires fabrication of a non-flammable closure. Procedures include visual inspections for corrosion and damage, commercial blast cleaning, ultrasonic thickness measurements, and various repairs such as base metal weld buildup, deck/overhead/bulkhead replacement, and stiffener installation. All work must adhere to specified references, including NAVSEA Standard Items and relevant drawings. Special requirements involve coordinating with SURFMEPP and ensuring compliance with fire zone bulkhead regulations. SRF-JRMC provides crane, utility, and inspection services. This TGI, related to JCN EM02-ZB61, ensures the structural integrity and preservation of critical ship components, with future details on interferences and materials to be provided via Deficiency Lists (DLs) based on contractor reports.
    The Task Group Instruction (TGI) for the USS DEWEY (DDG-105) outlines the inspection, repair, and preservation of the Ships Service Gas Turbine Generator (SSGTG) No. 3 Exhaust Trunk. The scope includes visual inspections, power tool cleaning to bare metal, ultrasonic thickness measurements, and various repairs such as base metal weld build-up, plate replacement, stiffener replacement, anchor foundation and flange joint replacement, and welding of cracked seams. Special requirements include fabricating and staging a non-flammable closure due to the work affecting a fire zone boundary. The TGI details required references, appendices for job summary and material lists, and outlines procedures for reporting findings and accomplishing repairs. Government-furnished materials and services, such as crane operation and utility services, are also specified.
    This government file, a Task Group Instruction (TGI), outlines the repair of a broken tack weld on the No. 3 Ship Service Gas Turbine Generator (SSGTG) Intake Perforated Sheet aboard the USS DEWEY (DDG-105). The work, identified by ICN: 38K42123AC and JCN: ES01-NNYG, will take place in the Generator Room and SS GTRB Generator Intake Trunk. It involves repairing a specific perforated sheet made of ASTM-A240, CRES 316L material. The procedure mandates adherence to gas turbine maintenance and welding standards, including detailed references for material and installation. SRF-JRMC will provide government-furnished materials like nuts, washers, screws, and rubber sheets, as well as support services such as crane operations, utility services, and various safety and QA inspections. The TGI includes approvals from Noriaki Izumi and Hideo Harada, with Kouichi Ueno as the Zone Manager.
    This government file, Solicitation No. N6264926RA004, details a Request for Proposal (RFP) for maintenance and repair services on the USS DEWEY (DDG-105) during its FY26 6C1 SRA(d) availability. The document outlines 13 specific tasks, or Technical Government Instructions (TGIs), related to inspecting, repairing, and preserving various components of the ship, including bilges, engine intakes and exhaust trunks, and structural members. For each TGI, offerors are required to provide detailed breakdowns of proposed labor (in-house and sub-contractor man-hours), material costs, and other direct costs (ODC) in Japanese Yen (JPY). The file emphasizes that all cost inputs should be manually entered into designated "ORANGE" highlighted cells, with totals automatically calculated. The overall purpose is to solicit comprehensive cost proposals for critical ship maintenance to ensure the vessel's operational readiness.
    This government file, Attachment 4 to a Solicitation, details Government Furnished Property (GFP) for a Department of Defense (DoD) contract (N6264926RA004). Dated October 15, 2025, and overseen by Contracting Officer Ai Gillard, it lists 106 requisitioned items. These items primarily consist of various industrial components, including acoustic and thermal insulation, metal bars, anodes, nuts, bolts, washers, pipes, couplings, gaskets, sheets, and adhesives. Each item is specified with a line number, item name, description, National Stock Number (NSN) where applicable, quantity, unit of measure, unit acquisition cost, and a flag indicating if it can be used "as-is" and if it is "upgradable." The document emphasizes the requirement for specific fields for each item, such as Mfr CAGE and Part Number, if one is provided. This attachment serves as a comprehensive inventory of materials to be provided by the government to the contractor, ensuring clarity and compliance for the project.
    This Request for Information (RFI) dated October 25, 2025, addresses contractor questions regarding an RFP (N6264926RA004). The contractor inquired about the cleaning requirements for tank 4-78-2-F in addition to 5-78-2-F, and the exclusion of dewatering for Tank Group 1 in paragraph 5.1. The government's technical review, dated October 30, 2025, confirmed that tank 4-78-2-F should indeed be cleaned and that the TGI (Tank Group Instruction) would be corrected. Regarding the dewatering inquiry, the government responded that dewatering of Tank Group 1 is not required because the 6C1 availability is a dry dock, eliminating concerns about the ship's stability.
    This document is an RFI response clarifying an inspection type for RFP Number N6264926RA004. The contractor inquired about paragraph 5.9, specifically regarding surface preparation for UTM inspection and its classification as an (I) type inspection, given that drain wells are typically considered Critical Coated Areas requiring an (I)(G) type. The government's technical reviewer confirmed that the inspection type for paragraph 5.9 is indeed (I) type, clarifying the contractor's question regarding the inspection procedure for surface preparation related to UTM inspection rather than preservation purposes.
    The document "ATTACHMENT IV: REQUEST FOR INFORMATION (RFI)" is a standardized form used in government procurement, specifically for Request for Proposal (RFP) N6264926RA004. Its purpose is to facilitate formal inquiries from contractors regarding an RFP. The form includes fields for the date of request, contractor's name, RFP number, page number(s) relevant to the question, and the contractor's specific question(s). The lower section of the form is reserved for government use only, detailing technical reviewer information, dates, and indicating whether changes are required for specifications, drawings/references, requirements, or materials. It also includes a field for the
    The provided government file lists various ICN/KO codes, such as 38K4212301/A01, 38K4212344/A01, and 38K4212354/A01, among others. These codes are associated with different periods of performance (POP). The document indicates two main POP timelines: one starting on March 30, 2026, and ending on September 7, 2026, for a majority of the listed ICN/KO codes, and another starting on March 30, 2026, and ending on December 14, 2026, specifically for the 38K4212301/T01 code. This file appears to be a record of contract or project identifiers with their respective performance periods, likely related to federal government RFPs, grants, or state/local RFPs.
    The provided government file indicates that the document content could not be displayed. It suggests that the user's PDF viewer might not be able to render the document type and recommends upgrading to the latest version of Adobe Reader. The file also provides links for downloading Adobe Reader and for further assistance. This issue prevents the extraction of any substantive information relevant to government RFPs, federal grants, or state and local RFPs from the document itself.
    The 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 message also includes trademark information for Windows, Mac, and Linux. This suggests that the original government file, likely an RFP or grant document, could not be rendered, and this text serves as a technical instruction rather than a substantive government file summary.
    This Quality Assurance Surveillance Plan (QASP) outlines the U.S. Department of the Navy's framework for overseeing contractor performance in federal government contracts. 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/Contracting Officer Representative (PM/COR), who handles technical administration and quality assurance. Surveillance methods encompass direct observation, verification of documentation and deliverables, and inspections. Contractor performance is evaluated against specific standards, including schedule adherence, timely and adequate responses to Corrective Action Requests (CARs), accuracy of Condition Found Reports (CFRs), and responses to Letters of Concern (LOCs), Letters of Direction (LODs), Cure Notices, and Show Cause Notices. Performance is rated as acceptable or unacceptable, with documentation used for contractual actions and past performance assessments. Continuous monitoring and periodic analysis ensure appropriate surveillance frequency, reinforcing the government's commitment to quality and compliance in its contractual relationships.
    The "CONTRACT DATA SHEET" is a government form designed to evaluate contractor performance for federal, state, and local RFPs and grants. It requires detailed information on contract specifics, including the contractor's name, contract number, type (e.g., Firm Fixed Price), item/service description, quantity/period of performance, and customer details. The sheet includes a performance information section with seven yes/no questions to assess delivery schedule adherence, compliance with specifications, need for rework, modifications relaxing requirements, contract termination issues, and quality awards. Any
    This government solicitation, N6264926RA004, is an RFP for a firm-fixed-price job order under a Master Agreement for the Repair and Alteration of Vessels (MARAV) to perform maintenance on the USS DEWEY (DDG-105) at Yokosuka Naval Base, Japan, from March 30, 2026, to December 14, 2026. The work includes various repair and maintenance tasks, with a 9% growth reservation. Offerors must possess an active U.S. MSRA/ABR as a Prime Contractor and submit an itemized price breakdown in Japanese Yen by November 17, 2025. The contract outlines detailed requirements for quality assurance, government-furnished materials, contractor-furnished materials, and an integrated production schedule. It also includes stringent conditions for non-Navy owned crane operations and comprehensive security requirements for contractor personnel, including background investigations, CAC access, and training on antiterrorism, OPSEC, and Controlled Unclassified Information (CUI) handling.
    This document is Amendment 0001 to Solicitation N6264926RA004, issued on October 20, 2025. The amendment clarifies and modifies aspects of the original solicitation, particularly regarding
    Amendment 0002 to Solicitation N6264926RA004, issued by NAVSUP FLT LOG CTR YOKOSUKA, addresses a contractor's question regarding inspection types for surface preparation and drain wells. The government clarified that the inspection type for paragraph 5.9 is (I) type. This amendment also extends the response due date for the solicitation from November 17, 2025, to November 20, 2025. The purpose of this amendment is to respond to a question raised by a contractor, thereby reopening the solicitation.
    This document is a Task Group Instruction (TGI) for the USS DEWEY (DDG-105), specifically for the Tightness & Operational Test (T & OP) of the Oily Waste Water System. The TGI, identified as 59321-3-300KTR, outlines the procedures for contractor, QA, and S/F personnel to accomplish and document this test in accordance with reference TP 59321-3-300KTR. Prepared by Tesshin Oosaka and approved by John Blewitt, the instruction details the necessary work certification, completion, and records reviews. The document, classified as FOUO, ensures the system's operational integrity and compliance, emphasizing a critical maintenance task for the vessel's oily waste water system.
    This government file, a Task Group Instruction (TGI) for the USS DEWEY (DDG-105), outlines a project for the repair and preservation of the No. One Vacuum Collection Holding Tank (VCHT) Room. The work includes assessment, repair, and preservation of the sewage collection tank, fuel tanks, and associated structures. Key procedures involve commercial blast cleaning, weld repairs, zinc anode replacement, and inspection of various components for structural integrity and corrosion. The TGI also details cleanliness requirements, material specifications, and references relevant technical manuals and drawings. The project is managed by SRF-JRMC, which provides Government Furnished Material and various support services, including crane, utility, and inspection services. The overall goal is to maintain the ship's critical systems and ensure regulatory compliance.
    This government file outlines a Task Group Instruction (TGI) for the USS DEWEY (DDG-105), focusing on the inspection, repair, and preservation of the No. One Gas Turbine Module (GTM) intake. The scope of work involves both dirty and clean sides of the intake in various engine room locations, covering approximately 5,620 square feet of interior surface area. Key procedures include visual inspections for corrosion and structural integrity, ultrasonic thickness measurements (UTM), and significant repairs such as base metal weld buildup, replacement of deck, overhead, and bulkhead sections, and welding of cracked surfaces. Special requirements include hot work in magazines and adjacent spaces, along with the fabrication of a non-flammable closure for fire zone boundaries. The project addresses potential asbestos hazards and critical coated areas. Government-furnished materials, including perforated sheets, acoustic insulation, thermal insulation, adhesive, and tape, will be provided, along with services like crane rigging, utility support, and various quality assurance inspections.
    The Task Group Instruction (TGI) #1SSGTGINTK outlines the inspection, repair, and preservation of the SSGTG Intake (Dirty Side) (03-174-0-Q) and SSGTG Intake/Exhaust Trunk (02-161-2-Q) on the USS DEWEY (DDG-105). The work addresses an incorrect drawing sheet reference, requiring revision for reference 2.6. Key aspects include hot work in magazines, affecting a fire zone boundary, and requiring a non-flammable closure. Procedures involve visual inspections for corrosion and damage, commercial blast cleaning, ultrasonic thickness measurements, and various structural repairs such as weld buildup, deck/overhead/bulkhead replacement, and stiffener installation. The TGI also specifies air hose testing for new welds and painting requirements. Special notes indicate that interference removal, gas-free operations, and boundary space preservation are excluded from this TGI and will be covered by future Delivery Letters (DLs). Government-furnished services include crane, utility, and safety inspections, along with QA and coating application data review. The estimated total material cost is zero, with total man hours not specified, but detailed breakdown of tasks for various shops (SFTR, RGRS, PNTR, WELD, CARP, QA) are provided.
    The Task Group Instruction (TGI) outlines the inspection, repair, and preservation of the Aft Uptake Space on the USS DEWEY (DDG-105). This work, affecting a fire zone boundary, requires the fabrication and staging of a non-flammable closure. The project involves visual inspections, power tool cleaning to bare metal of 1,490 square feet, ultrasonic thickness measurements in up to 100 locations, and extensive repairs including base metal weld build-up (160 square inches), plate replacement (94 square feet), stiffener replacement (75 linear feet), and anchor foundation and flange joint replacement (5 square feet). The TGI also specifies coating requirements, personnel accountability during space closure, and details related to Government Furnished Material and SRF-JRMC provided services. Several planners and a Work Integration Manager are assigned to this project, which meets the intent of DDG CSWT File No. 259-090.
    This document, a Task Group Instruction (TGI) for the USS DEWEY (DDG-105), outlines the inspection, repair, and preservation of the Ships Service Gas Turbine Generator No. 2 Exhaust Trunk. The work involves a comprehensive visual inspection of the exhaust trunk, followed by power tool cleaning to bare metal, and a subsequent inspection for structural integrity. Ultrasonic thickness measurements will be taken in numerous locations to assess material loss. Repairs include base metal weld build-up, plate replacement for bulkheads, overheads, and deck plates, replacement of stiffeners, anchor foundations, flange joints, deck spools, gaskets, and bolting rings, and welding of cracked seams. The TGI emphasizes the need to delete unnecessary references, fabricate a non-flammable closure for fire zone boundaries, and comply with various naval and material specifications. SRF-JRMC will provide government-furnished materials and services such as crane operations, utilities, and safety inspections.
    This document, a Task Group Instruction (TGI), details the repair of the No. 3 Ship Service Gas Turbine Generator (SSGTG) Intake Duct on the USS Dewey (DDG-105). The scope involves welding repairs on a deficient access manhole coming and an intake silencer flange located in the Generator Room, SS GTRB Generator Intake Trunk, and Aviation Repair Shop. The repair utilizes CRES 316L material for both components. Key procedures include adherence to specific maintenance and welding references, with a note on potential asbestos hazards. SRF-JRMC will provide government-furnished materials and services, including crane, electrical, and utility support, along with safety and QA inspections. The document lists necessary materials like nuts, washers, rubber sheets, screws, and insulation, along with relevant engineering drawings and standards.
    This document, a Task Group Instruction (TGI) for the USS Dewey (DDG-105), details the repair of structural members, pipe hangers, and grating supports in Auxiliary Machinery Room No. 2 (4-220-0-E) and Fuel Receiving Tank Group-4 (5-220-4-F). The work, identified by JCNs EE02-L041, ES01-NNY8, and ES01-NNY9, includes welding corrosion holes, replacing pipe hangers, and fabricating new grating supports. The TGI outlines specific procedures, material requirements, and references to NAVSEA Standard Items for guidance. It also lists government-furnished materials and services provided by SRF-JRMC, such as crane services, utility support, and various inspections. The project aims to clear a DFS and responds to a CCIMS report, involving significant coordination among various personnel and departments.
    This government file, a WebAIM Short Form TASK GROUP INSTRUCTION (TGI) for the USS DEWEY (DDG-105), outlines the replacement of insulation, lagging, and reusable covers on the No. 2 Ship Service Gas Turbine Generator (SSGTG) and 2A/2B Gas Turbine Module (GTM) exhaust ducts. The project, identified as K42, involves removing existing materials, which may pose an asbestos hazard, and installing new insulation (MIL-PRF-2818, MIL-DTL-32585), lagging (MIL-C-20079), and reusable covers. The work will occur in the Uptake Engine Room No. 2 (02-242-0-Q) and includes applying a weather barrier coating and accomplishing surface requirements per NAVSEA Standard Items. SRF-JRMC will provide Government Furnished Material and services, including crane rigging, utility services, and safety/QA inspections. The TGI details specific quantities and material specifications for different sections of the exhaust ducts and lists required documents and drawings, along with a comprehensive material list for the contractor.
    This government file, a Task Group Instruction (TGI) for the USS Dewey (DDG-105), details the replacement of insulation, lagging, and reusable covers on the No. One Ship Service Gas Turbine Generator (SSGTG) and 1A/1B Gas Turbine Module (GTM) exhaust ducts. The scope includes removing existing materials and installing new ones according to specific military specifications (MIL-PRF-2818, MIL-C-20079, MIL-DTL-32585) in the Uptake Engine Room No. One (02-186-0-Q). The project involves 200 square feet for the SSGTG exhaust duct and 180 square feet each for the 1A and 1B GTM exhaust ducts, along with associated manhole covers. Procedures involve removing old materials, installing new insulation and lagging, applying a weather barrier coating, and addressing potential asbestos hazards. Government-furnished materials and services, including crane, utility, and inspection services, will be provided by SRF-JRMC. The TGI outlines task descriptions, required man-hours, and a comprehensive material list with stock numbers for insulation, lagging cloth, wire mesh, adhesives, and coatings.
    Similar Opportunities
    USS DEWEY (DDG-105) FY26 6C1 CNO SRA 38K4244102 S/A 98418K, 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 ship repair and alteration services for the USS DEWEY (DDG-105) during its Chief of Naval Operations Availability (CNO) from March 30, 2026, to June 20, 2026. The procurement involves comprehensive ship repair work, including overhaul, preservation, and replacement tasks, which are critical for maintaining the operational readiness of naval vessels. Interested contractors must possess an active U.S. Master Ship Repair Agreement or Agreement for Boat Repair and be authorized to operate in Japan, with proposals due by December 15, 2025, at 10:00 AM. For further inquiries, potential offerors can contact Kazuo Takamura at kazuo.takamura.ln@us.navy.mil or Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil.
    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)
    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 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) maintenance and repair work on the USS DEWEY (DDG-105) for fiscal year 2026. The procurement involves a comprehensive scope of work consisting of twenty-two Task Group Instructions (TGIs) that encompass various ship repair, overhaul, preservation, and replacement tasks necessary for the operational readiness of the vessel. This contract is critical for maintaining the Navy's fleet capabilities and ensuring compliance with NAVSEA and SRF-JRMC standards. Proposals must be submitted by January 8, 2026, with the performance period running from March 30, 2026, to September 7, 2026. Interested contractors can reach out to Takayo Shiba at takayo.shiba.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil for further details.
    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 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.
    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 BLUE RIDGE 5C1 DSRA TYCOM 7 (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 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.
    USS JOHN FINN (DDG-113) FY26 6J1 CNO BUNDLE #1, 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 a firm-fixed-price contract to perform repair and alteration work on the USS JOHN FINN (DDG-113) during its FY26 Chief of Naval Operations Availability (CNO) in Yokosuka, Japan. The project encompasses twelve Task Group Instructions (TGIs) that include various ship repair, overhaul, preservation, and replacement tasks, with a performance period scheduled from April 20, 2026, to June 22, 2026. This procurement is critical for maintaining the operational readiness and safety of the USS JOHN FINN, ensuring compliance with NAVSEA and SRF-JRMC standards. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to Kazuo Takamura at kazuo.takamura.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    USS ROBERT SMALLS (CG 62) FY26 6A1 BUNDLE 1
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS ROBERT SMALLS (CG 62) under the FY26 6A1 Bundle 1 contract. The procurement involves a firm fixed-price job order for various maintenance tasks, including the repair of the ship's sewage system and scaffolding installation, with a performance period from January 26, 2026, to March 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. This contract is critical for ensuring the operational readiness of naval vessels and requires offerors to possess an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award. Interested contractors must submit their proposals by December 9, 2025, and can access detailed work specifications through a secure U.S. Government repository by requesting access via email. For further inquiries, contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.