Maintenance work for PSNS Barge YR-85
ID: N6264925RA038Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR YOKOSUKAFPO, AP, 96349-1500, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 1:00 AM UTC
Description

The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for maintenance work on the PSNS Barge YR-85, with a performance period scheduled from June 3, 2025, to September 30, 2025. The procurement involves comprehensive repair and maintenance tasks, including inspections and system maintenance, which are critical for ensuring the operational readiness of naval vessels. Interested contractors must possess a valid Master Agreement for Repair and Alteration of Vessels (MARAV) and are required to submit their proposals by April 22, 2025, at 10:00 AM Japan Standard Time. For further inquiries, potential bidders can contact Ryo Maruyama at ryo.maruyama.ln@us.navy.mil or Junko Nishio at junko.nishio3.ln@us.navy.mil.

Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
The document outlines a solicitation for maintenance and repair services on the PSNS Barge YR85, designated by solicitation number N6264925RA038, scheduled for availability in FY25 summer. It details various work tasks (TGIs), including repairs, inspections, and maintenance of systems such as chill water, potable water, and HVAC on the vessel. Each listed item specifies the proposed cost in Japanese Yen (JPY) across labor, material, and other direct costs. However, all fields for costs and hours are currently marked as zero, indicating that no proposals had been submitted for the listed tasks at the time of review. The note emphasizes that bidders must fill in specific highlighted sections related to labor rates and material pricing for a complete submission. The structure focuses on itemized tasks, their associated labor needs, and a breakdown of expected expenses, adhering to requirements common in federal and local RFPs. This summary serves to facilitate understanding of the bidding process for contractors interested in responding to the solicitation, maintaining standard protocols in government contracting practices.
Apr 11, 2025, 3:13 PM UTC
The document outlines a Request for Information (RFI) related to an unspecified federal contracting opportunity, identified by the RFP Number N6264925RA038. It serves as a communication tool for contractors to pose questions regarding the RFP. Key sections are designated for governmental use, including spaces for technical reviewers to assess responses and record necessary adjustments, such as changes to specifications, drawings, requirements, or materials. The structure suggests an organized approach to gather information and clarify expectations for potential contractors before the formal proposal phase begins. Overall, the RFI aims to facilitate effective dialogue between the government and contractors, ensuring clarity and comprehension of project needs, thus enhancing the eventual bidding process.
Apr 11, 2025, 3:13 PM UTC
The document is a Contract Data Sheet designed to evaluate the performance of government contracts. It includes essential contract details such as the contractor name, contract number, date of completion, and type, specifically highlighting a firm fixed price contract. The sheet assesses performance through a series of yes/no questions regarding the delivery of supplies or services, compliance with specifications, the necessity for modifications or rework, and any terminations or disputes associated with the contract. Additionally, it prompts for a narrative on any successful corrective actions taken to resolve identified deficiencies. The structure emphasizes tracking contract adherence and quality control, which is critical in the context of federal and local RFPs and grants. Overall, the document serves as a tool for ensuring accountability and measuring the effectiveness of contract performance in government operations.
Apr 11, 2025, 3:13 PM UTC
The government file outlines a solicitation pertaining to the PSNS BARGE YR85 maintenance project, specifically detailing ordered materials and equipment alongside their specifications, quantities, and associated costs. Each serialized item is documented with its National Stock Number (NSN), part number, and cost breakdown, indicating a focus on procurement for maintenance needs. The document includes a variety of items ranging from adhesives and brackets to insulation and valves, indicating the diverse nature of the maintenance requirements. Each item is attributed to an originator with contact information, suggesting the importance of accountability and communication in the procurement process. This file reflects the government’s need to maintain functionality and safety in its maritime operations through meticulous monitoring of resources, ensuring compliance with regulatory standards. The clarity in itemization reinforces the focus on precision in fulfilling contractual obligations and sustaining operational readiness in governmental maritime activities.
Apr 11, 2025, 3:13 PM UTC
The document details Amendment 0001 to Contract N6264925RA038, issued by NAVSUP Fleet Logistics Center Yokosuka, outlining significant updates to the solicitation for a firm fixed price job order related to the repair and alteration of the PSNS Barge YR85. Key modifications include clarifications on contractor eligibility, especially concerning the possession of a Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy. The amendment specifies a work period from June 3, 2025, to September 30, 2025, and establishes requirements for project proposals, specifying deadlines and access to the work specification package through DoD SAFE. Additionally, the document outlines detailed contractor responsibilities concerning material management, technical specifications, and compliance with safety standards, particularly in relation to using non-Navy-owned cranes. Emphasis is also placed on adherence to occupational health standards, cultural preservation during operations in Japan, and the necessity for contractor employees to complete required security training and background investigations. This amendment serves as a framework for ensuring that all contracted work aligns with Navy specifications, regulatory compliance, and national security protocols, reflecting the structured nature of government RFPs and contract modifications.
Apr 11, 2025, 3:13 PM UTC
This document is an amendment (0002) to a solicitation for a federal contract, specifically addressing the Request for Proposal (RFP) N6275825RCBYR85. The primary purpose of this amendment is twofold: first, to provide an updated Task Group Instruction (TGI) document in response to contractor inquiries, and second, to extend the proposal submission deadline from April 14, 2025, to April 22, 2025, both at 10:00 AM Japan Standard Time. The amendment mandates that contractors acknowledge receipt of this change to avoid offer rejection. Additionally, a question from a contractor regarding the accuracy of specific details in the TGI is addressed in the government’s response, which is contained in the updated document. Other components of the amendment include a list of modified attachments related to maintenance work and the inclusion of various required forms for contractor responses. Overall, the amendment seeks to clarify solicitations and ensure all parties have accurate information for the proposal process, maintaining compliance with Federal Acquisition Regulations (FAR).
Apr 11, 2025, 3:13 PM UTC
The document outlines a Request for Proposal (RFP) from the U.S. Navy for the repair and alteration of the PSNS Barge YR85, to be performed by a contractor possessing a valid Master Agreement for Repair and Alteration of Vessels (MARAV). Key details include a performance period from June 3 to September 30, 2025, with bid submissions due by April 14, 2025. Contractors must adhere to specified technical and quality control standards, manage materials supplied by the government, and comply with several contracting regulations. Additionally, contractors are required to follow safety and operational protocols regarding crane usage and worksite access, particularly in compliance with DoD security policies. The document emphasizes the need for clear communication of work details, efficient management of government-furnished materials, and the resolution of identified deficiencies during work. The overarching objective is to ensure the effective bidding process, adherence to safety standards, and successful completion of the repair project in support of naval operations. This RFP serves as a formal invitation for qualified contractors to participate in enhancing the Navy's operational capabilities through vessel maintenance.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
PMAV SUPPORT FOR USS MICHAEL MONSOOR (DDG-1001) (Yokosuka, JAPAN)
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for Preventive Maintenance Availability (PMAV) support for the USS Michael Monsoor (DDG-1001) at Yokosuka Naval Base, Japan. The procurement requires that only firms with an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy are eligible to submit proposals, emphasizing the need for compliance with military standards in ship repair and maintenance. This contract, scheduled for performance from June 1 to June 20, 2025, necessitates detailed cost breakdowns and adherence to safety regulations, with proposals due by 10:00 AM Japan Standard Time on April 28, 2025. Interested parties can contact Shouko Sekido at shouko.sekido.ln@us.navy.mil for further information.
Replacement Service of Fuel Tank Truck Engine and Parts for the Government of Vehicle (GOV) Number N9653648 at Bldg. 1851, NAVFAC Transportation Area in the U.S. Commander Fleet Activities Yokosuka (CFAY), JAPAN by Non-Recurring Contract
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the replacement service of the fuel tank truck engine and parts for Government Vehicle Number N9653648, located at Building 1851, NAVFAC Transportation Area, U.S. Commander Fleet Activities Yokosuka, Japan. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure the vehicle meets operational standards, with the project expected to be completed within 180 days of contract award while adhering to specific safety and environmental regulations. This one-time contract emphasizes the importance of maintaining government transportation capabilities and requires compliance with federal procurement standards, including submission of proposals in Japanese yen by May 9, 2025, at 10:30 AM JST. Interested parties can reach out to primary contact Sakiko Marterosario at sakiko.marterosario.ln@us.navy.mil or secondary contact Toshiki Hisasue at toshiki.hisasue.In@us.navy.mil for further inquiries.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.
N3904025Q1002 Barge Repair, Groton, CT.
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting bids for the repair and modernization of the C300 YFBN-41 Barge at the Portsmouth Naval Shipyard in Groton, Connecticut. The project requires a contractor to perform various repair services, including modernizing the flooding system, installing a fire alarm, and maintaining potable water and sewage systems, all in compliance with strict safety and quality standards. This procurement is critical for maintaining naval infrastructure and ensuring operational readiness, with a firm-fixed-price contract expected to be awarded following a mandatory site visit on March 12, 2025. Interested offerors must RSVP by March 10, 2025, and direct inquiries to Gary W. Murdock at gary.w.murdock.civ@us.navy.mil or by phone at 207-994-0292.
FY 25 Repair of Pier 237, 341, AND 516, Yokohama North Dock, Yokohama, Japan
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of Pier 237, 341, and 516 at Yokohama North Dock in Yokohama, Japan. The project aims to address deficiencies identified in the 2018 and 2022 pier inspection reports, which include tasks such as crack and spalling repairs, coating, bollard replacement, and the replacement of pier fenders. This repair work is crucial for maintaining the structural integrity and operational capability of the piers, which are vital for military logistics and operations in the region. Interested contractors can reach out to Charles Qi at charles.l.qi.civ@usace.army.mil or call 0464074823, or contact Ryan Marzetta at ryan.j.marzetta.civ@usace.army.mil or 0464078725 for further details regarding the solicitation.
FY25 MV Puget Drydock Maintenance Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY25 MV Puget Drydock Maintenance Services, a project set aside exclusively for small businesses. The contractor will be responsible for providing comprehensive shipyard maintenance services, including inspections, repairs, and cleaning for the MV PUGET, to be performed at a facility in the Puget Sound area. This maintenance is crucial for ensuring the operational readiness and safety of the vessel, with the performance period estimated from May 25, 2025, to July 25, 2025. Quotations are due by May 15, 2025, and interested contractors must register in the System for Award Management (SAM) to be eligible for consideration; for further inquiries, contact Geraldine L. Kemp at Geraldine.L.Kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil.
USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS EARL WARREN (T-AO 207). This procurement involves various amendments to the original solicitation, including the incorporation of revised work instructions and a change in the closing dates for both the request for comments and the solicitation itself. The services sought are critical for the maintenance and repair of naval vessels, ensuring operational readiness and compliance with safety standards. Interested contractors should note that the revised solicitation closing date is April 30, 2025, and can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.keller@navy.mil for further inquiries.
N0002425R4403 USS FORREST SHERMAN (DDG 98) FY26 DMP
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of the FY26 maintenance, modernization, and repair of the USS FORREST SHERMAN (DDG 98) under solicitation N00024-25-R-4403. This contract requires a highly capable contractor with substantial facilities and human resources to manage and integrate various aspects of ship maintenance and repair, specifically on the East and Gulf Coasts. Given the complexity and scale of the project, the procurement will not be set aside for small businesses, as market research indicates a lack of capable small business competitors. Interested parties must register in the System for Award Management (SAM) and submit proposals by monitoring the PIEE/SAM.gov page for updates, with a contract award anticipated around October 2025 and project commencement expected in February 2026, concluding in August 2027. For further inquiries, potential offerors can contact LCDR Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jacqueline Black at jacqueline.r.black.civ@us.navy.mil.
Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide upkeep, repair, and maintenance services for the Port Security Barrier (PSB) System at Newport News Shipbuilding. The procurement involves comprehensive out-of-water maintenance, including the removal, cleaning, inspection, and repair of 32 modules, 5 anchors, and 1 marine fender, ensuring the PSB operates effectively in safeguarding critical port facilities. The contract is a Firm Fixed Price procurement with a performance period of 120 days, and interested parties must submit their quotes by 1:00 PM on May 8, 2025, to the designated contracting officer, Shauna McLarney, via email. For further inquiries, contractors can reach out to the primary and secondary contacts provided in the solicitation.
Maintenance, Repair, and Preservation of Bangor Caisson 1 Prime
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking a contractor for the maintenance, repair, and preservation of the Bangor Caisson 1 Prime, a significant asset measuring 108 feet in length and 65 feet in height. The procurement involves a Firm-Fixed-Price contract that requires the contractor to perform various tasks, including asset pickup and delivery, coating renewal, system inspections, and compliance with safety and environmental regulations. This opportunity is crucial for ensuring the operational readiness and longevity of naval assets, with the contract expected to be awarded in September 2025, following a request for proposals anticipated in April/May 2025. Interested parties should contact Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Christopher Campbell at christopher.d.campbell76.civ@us.navy.mil for further information.