ContractPresolicitation

USS HIGGINS (DDG 76) 6C1 BUNDLE 3

DEPT OF DEFENSE N6264926RA044
Response Deadline
May 18, 2026
9 days left
Days Remaining
9
Until deadline
Set-Aside
Full & Open
Notice Type
Presolicitation

Contract Opportunity Analysis

NAVSUP Fleet Logistics Center Yokosuka, under the Department of the Navy, is seeking a firm-fixed-price repair and maintenance contract for USS Higgins (DDG 76) at Yokosuka Naval Base, Japan. The work covers inspection, repair, and preservation of ship spaces and components including uptake spaces, engine intakes, structural members, louvers, and scaffolding installation and removal, with detailed task group instructions, pricing forms, and supporting quality and data requirements. Eligibility is limited to firms authorized to operate and do business in Japan that hold an active U.S. Navy MSRA or ABR as a prime contractor, and performance runs from June 29, 2026, through December 8, 2026. Offerors must request access to the work specification package by email by May 4, 2026, at 10:00 a.m. JST, and submit proposals no later than May 18, 2026, at 10:00 a.m. JST.

Classification Codes

NAICS Code
336611
Ship Building and Repairing
PSC Code
J999
NON-NUCLEAR SHIP REPAIR (WEST)

Solicitation Documents

19 Files
Pre-Solicitation Notice N6264926RA044.pdf
PDF145 KBMay 8, 2026
AI Summary
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka (FLCY) issued a pre-solicitation notice (N6264926RA044) for ship repair and continuous maintenance services for the USS HIGGINS (DDG 76) at Commander, Fleet Activities Yokosuka (CFAY), Japan. The work, scheduled from June 29, 2026, to December 8, 2026, will be a Firm-Fixed-Price (FFP) contract focusing on inspecting, repairing, and preserving various ship components, including uptake spaces, engine intakes, structural members, and louvers, as well as scaffolding installation. A Request for Proposal (RFP) is anticipated around April 6, 2026, through SAM.gov. Eligibility is restricted to sources authorized to operate in Japan and possessing a current U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR). No socio-economic set-asides will be used. Interested parties without an MSRA/ABR can request an application package, though the certification process may take up to a year. This notice is for informational purposes only, and the solicitation itself will be released on SAM.gov.
Exhibits - Contract Data Requirements List (CDRL).pdf
PDF141 KBMay 8, 2026
AI Summary
The DD FORM 1423-1, FEB 2001, titled "CONTRACT DATA REQUIREMENTS LIST (1 Data Item)," is a standardized Department of Defense form used to specify data deliverables from a contractor. This document outlines the requirements for submitting an "INTEGRATED PRODUCTION SCHEDULE (IPS)" (Data Item A001) in accordance with DI-MGMT-82075. Key details include the requirement for the contractor to provide a work schedule in writing, in English, on approved transferable media, following Category I, NAVSEA Standard Item 009-60. The contract reference is for the USS HIGGINS (DDG-76) 6C1 SRA. Initial submission of the schedule is required within five calendar days of contract award, with subsequent submissions every 30 days until the start of availability. Submissions are to be electronic, and specific points of contact for SRF-JRMC Code 1209 are provided. The form also includes detailed instructions for both government personnel and contractors on how to complete each item, including pricing groups (Group I, II, III, and IV) for estimating the cost attributable to data production.
SOW_TGI_38KB312387A01_c0v0.pdf
PDF235 KBMay 8, 2026
AI Summary
This government file, a Task Group Instruction (TGI), outlines the inspection, repair, and preservation of the Aft Uptake Space on the USS HIGGINS (DDG-76). The project, scheduled from June 29, 2026, to December 8, 2026, involves comprehensive work across various deck levels and engine room components, including external surfaces, BLISS caps, and exhaust ducts. Key tasks include visual inspections, power tool cleaning to bare metal, ultrasonic thickness measurements, and extensive repairs such as base metal weld build-up and the replacement of plate, stiffeners, and gaskets. The document details specific procedures, references relevant naval standards and drawings, and lists materials to be provided, primarily various fiberglass gaskets, ferrules, and washers. Special requirements include the fabrication and staging of a non-flammable closure due to the work affecting a fire zone boundary. The Norfolk Ship Repair Facility – Japan Regional Maintenance Center (SRF-JRMC) will provide specific services and government-furnished materials.
SOW_TGI_38KB312386A01_c0v0.pdf
PDF249 KBMay 8, 2026
AI Summary
This Task Group Instruction (TGI) outlines the inspection, repair, and preservation of the forward uptake space on the USS HIGGINS (DDG-76). The work, scheduled from June 29, 2026, to December 8, 2026, involves comprehensive visual inspections, power tool cleaning, and ultrasonic thickness measurements to identify and address structural deterioration, pitting, and cracks. Repairs include welding, plate replacement for bulkheads and decks, stiffener replacement, and the installation of new BLISS caps, gaskets, and bolting rings. The project requires a non-flammable closure for fire zone boundaries due to work affecting fire zones. Several government-furnished materials and services, such as crane services and utility provisions, will be provided by SRF-JRMC. This TGI aims to ensure the structural integrity and preservation of critical components within the forward uptake space, with an emphasis on safety and compliance.
Solicitation - N6264926RA044.pdf
PDF2509 KBMay 8, 2026
AI Summary
This government solicitation, N6264926RA044, is an urgent Request for Proposal (RFP) issued by NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY) for the repair and maintenance of the USS HIGGINS (DDG 76) at Yokosuka Naval Base, Japan, from June 29, 2026, to December 8, 2026. The contract is a rated order under the Defense Priorities and Allocations System (DPAS). Only contractors holding an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) as a Prime Contractor are eligible, and they must be authorized to operate in Japan. The work involves a firm-fixed-price job order for comprehensive repair and maintenance, including a growth reservation. Offerors must submit detailed price proposals and access work specifications via DoD SAFE by May 4, 2026, with proposals due by May 11, 2026. The solicitation outlines stringent requirements for quality assurance, contractor-furnished materials, integrated production schedules, identification of conditions found, descoping of requirements, and adherence to various NAVSEA and SRF-JRMC standard items. Additionally, it includes extensive clauses on the use of non-Navy owned cranes, contractor access to federal facilities, IT systems, controlled unclassified information, and background investigation requirements for personnel.
Solicitation Amendment N6264926RA0440002 SF 30.pdf
PDF577 KBMay 8, 2026
AI Summary
Amendment N6264926RA0440002 extends the solicitation closing date for a NAVSUP Fleet Logistics Center Yokosuka requirement to May 18, 2026, at 10:00 AM JST. This amendment pertains to a Master Agreement for the Repair and Alteration of Vessels (MARAV) for the USS HIGGINS (DDG 76). Only firms with an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) as a Prime Contractor are eligible for award, and they must operate and do business in Japan. The work involves repair and maintenance, with specifications accessible via DoD SAFE, requiring an email request for access by May 4, 2026. The performance period is from June 29, 2026, to December 8, 2026, at Yokosuka Naval Base.
Solicitation Amendment N6264926RA0440001 SF 30.pdf
PDF576 KBMay 8, 2026
AI Summary
This amendment to solicitation N6264926RA0440001, effective May 4, 2026, details changes to a government procurement document. The primary purposes are to cancel TGI 38KB312389A01, revise Section J, and address a question regarding critical coated areas. The government clarified that critical coated areas are not described in the TGIs because the preservation work is for touch-ups on visually inspected, coating-removed areas. The requirement for critical coated area preservation is waived for areas not exceeding 10 square feet or 10% of the total paint area; otherwise, additional requirements will be processed. Section J, which lists attachments, has been modified to include various work specifications and forms like the Proposal Breakdown Form and Quality Assurance Surveillance Plan. The amendment specifies that all other terms and conditions of the original document remain unchanged.
Attachment (VIII) Contracts Data Sheet.pdf
PDF103 KBMay 8, 2026
AI Summary
The Contract Data Sheet is a government form used to record and assess contractor performance for federal RFPs, grants, and state/local RFPs. It captures essential contract details such as the contract number, type (Firm Fixed Price or Other), item/service description, quantity/period of performance, and customer information. A key section focuses on performance evaluation, asking questions about adherence to schedules and specifications, quality of deliverables, and any required modifications, replacements, or reworks. It also inquires about contract terminations, litigation, protests, claims, and quality awards. Any negative responses or those requiring clarification, indicated by an asterisk, necessitate an explanatory narrative. This document serves as a structured tool for government agencies to track, evaluate, and verify contractor performance.
Attachment (VII) Quality Assurance Surveillance Plan (QASP).pdf
PDF236 KBMay 8, 2026
AI Summary
The Department of the Navy's Quality Assurance Surveillance Plan (QASP) for the USS HIGGINS (DDG 76) FY26 CNO 6C1 (Solicitation: N6264926RA044) outlines the performance criteria and procedures for government oversight of contractor performance. The QASP ensures timely, adequate, and complete deliverables, and that all contract requirements are met. 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 quality assurance. Surveillance methods encompass direct observation, verification of documentation, and inspections. Contractor performance is evaluated as acceptable or unacceptable, with documentation potentially used for contractual actions and the Contractor Performance Assessment Report System (CPARS). Continuous monitoring is in place, with performance standards and acceptable quality levels detailed in Enclosure (1) covering schedule and reports, corrective action requests, accuracy of condition found reports, letters of concern/direction, and cure/show cause notices.
Attachment (VI) Source of Repair Instruction.pdf
PDF960 KBMay 8, 2026
AI Summary
The document is a placeholder message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download or to seek further assistance at http://www.adobe.com/go/acrreader. The message also includes trademark information for Windows, Mac, and Linux. This content is not a government RFP, federal grant, or state/local RFP, but rather a technical message related to document viewing.
Attachment (V) Warranty Tracking Information.pdf
PDF965 KBMay 8, 2026
AI Summary
The document is not a government file but rather a placeholder message indicating that the PDF viewer may not be able to display the content. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is not relevant to government RFPs, federal grants, or state/local RFPs, as it only addresses a technical viewing issue rather than providing any programmatic or informational content.
Attachment (IV) Government Furnished Property (GFP-GFM listings).xlsx
Excel9129 KBMay 8, 2026
AI Summary
This government solicitation, Attachment 4, details Government Furnished Property (GFP) for a Department of Defense contract (N62649-26-R-A044) issued by the US Navy. The attachment date is 2026-04-06. The contract involves the provision of various fibrous glass components, including ferrules, gaskets, and washers, along with metal plates and screws. Key items include different sizes and types of fibrous glass gaskets (plain cloth and tape, meeting HH-P-31 specifications), fibrous glass ferrules, and fibrous glass washers. Each item lists its quantity, unit of measure, unit acquisition cost, and indicates whether it is to be used "as-is" and is not upgradable. The contracting officer is Peter Arrieta. The document specifies detailed descriptions and national stock numbers (NSN) for the listed property, which are not serially managed.
Attachment (III) Request for Information Sheet.docx
Word40 KBMay 8, 2026
AI Summary
The document, titled "ATTACHMENT III: REQUEST FOR INFORMATION (RFI)" with RFP Number N6264926RA044, serves as a standardized form for contractors to submit questions regarding a Request for Proposal (RFP). It delineates sections for contractor inquiries, page numbers, and a clear demarcation for government use only. The government section includes fields for technical reviewer details, dates, and various change indicators (SPEC CHG, DWG/REF CHG, RQMTS CHG, MAT'L CHG), culminating in a "RESPONSE TO CODE 200" section. This structure facilitates formal communication and tracking of questions and responses during the RFI phase of a government procurement process, ensuring clarity and addressing potential ambiguities in the RFP document.
Attachment (II) Price Proposal Form N6264926RA044.xlsx
Excel84 KBMay 8, 2026
AI Summary
This government file is a solicitation for proposals (N6264926RA044) for maintenance and repair work on the USS HIGGINS (DDG 76) during its FY26 6C1 availability. The document outlines a cost summary and detailed breakdowns for seven specific work items, referred to as Task Group Instructions (TGIs). These TGIs include inspecting, repairing, and preserving various uptake spaces and intakes, repairing structural members, and repairing intake and uptake louvers, as well as installing and removing scaffolding. For each TGI, offerors are required to provide proposed labor hours (in-house and sub-contractor), labor costs, material costs, and other direct costs (ODC) in Japanese Yen (JPY). The file emphasizes that manual input is required for specific orange-highlighted cells, and totals will not populate without corresponding data. It details the labor hour breakdown by trade (SFTR, INSL, WELD, SMTL, RGRS, PNTR, ELEC, PFTR, QA, OTHERS), and requires input for in-house and sub-contractor labor rates per man-hour.
SOW_TGI_38KB386501A01_c0v0.pdf
PDF195 KBMay 8, 2026
AI Summary
This document, a Task Group Instruction (TGI) for the USS HIGGINS (DDG-76), outlines the installation and removal of scaffolding to support various Ship's Force maintenance and preservation tasks. The work involves multiple locations across the ship, including the polemast, yardarms, and various deck levels, for tasks such as antenna maintenance, bulkhead work, pilot house window maintenance, and preservation of stacks and bridge wings. The project is scheduled from June 29, 2026, to December 8, 2026. Supporting documentation includes NAVSEA Standard Items, Local Standard Items, OSHA regulations for scaffolding, and specific maintenance procedures for the AEGIS Radar SPY Antenna Array. The SRF-JRMC will provide crane and rigging services, safety inspections, and quality assurance inspections.
SOW_TGI_38KB325102A01_c0v0.pdf
PDF5776 KBMay 8, 2026
AI Summary
This document outlines a Task Group Instruction (TGI) for the repair of intake and uptake louvers on the USS HIGGINS (DDG-76). The work, scheduled from June 2026 to December 2026, involves addressing deficient welds, corrosion holes, and mechanical damage on louvers in various engine room locations and weather decks. The TGI specifies the base materials for the louvers, including CRES 316 and ASTM A-588 steel, and details procedures for weld repair, drilling, countersinking, and bonding strap replacement. It also references relevant technical documents and drawings, and notes that Government Furnished Material (GFM) and service work (e.g., crane, utility, safety, and QA inspections) will be provided by SRF-JRMC. This TGI is a response to a condition report from Sumitomo Heavy Industries, Ltd. and is related to JCN EM02-L030.
SOW_TGI_38KB313103A01_c1v0.pdf
PDF197 KBMay 8, 2026
AI Summary
This document, a Task Group Instruction (TGI) for the USS Higgins (DDG-76), details the repair of structural members in the main deck weather. The project, identified as "F/O - REPAIR STRUCTURAL MEMBER IN MAIN DECK WEATHER," involves replacing existing structural components and a blast shield, as well as applying coatings to new and disturbed surfaces. The work specifically targets areas between frames 370 and 379 on the starboard side, including the Main Deck Weather, Supply Department Storeroom No. 2, and the B-Size Module 61 Cell Vertical Launching System. Key changes include adding contractor work start and completion dates (June 29, 2026, and December 8, 2026, respectively). Special requirements include hot work in magazine and adjacent spaces. The TGI outlines specific structural elements to be repaired, references applicable Navy standards and drawings, and identifies Government Furnished Material and services provided by SRF-JRMC, such as crane services, utility support, and various inspections.
SOW_TGI_38KB312389A01_c1v0.pdf
PDF179 KBMay 8, 2026
AI Summary
This Task Group Instruction (TGI) outlines the inspection, repair, and preservation of the No. 2 Gas Turbine Module (GTM) and Ship Service Gas Turbine Generator (SSGTG) No. 2 and No. 3 dirty side intakes on the DDG-76 USS Higgins. The work, scheduled from June 29, 2026, to December 8, 2026, involves visual inspections, power tool cleaning, ultrasonic thickness measurements, and various repairs including base metal buildup, deck/overhead/bulkhead replacement, stiffener replacement, and weld repairs. Special requirements include fabricating a non-flammable closure for a fire zone boundary. The TGI also details necessary references, appendices, and government-provided services like crane, utility, and inspection support. The primary goal is to ensure the structural integrity and operational readiness of the intake systems.
SOW_TGI_38KB312388A01_c0v0.pdf
PDF216 KBMay 8, 2026
AI Summary
This government file details a Task Group Instruction (TGI) for the USS HIGGINS (DDG-76) focusing on the inspection, repair, and preservation of the No. One Gas Turbine Module (GTM) and Ship Service Gas Turbine Generator (SSGTG) dirty side intakes. The work, scheduled from June 2026 to December 2026, involves comprehensive visual inspections, power tool cleaning, ultrasonic thickness measurements, and various structural repairs, including base metal buildup, deck/overhead/bulkhead replacement, stiffener installation, and weld repairs. Special requirements include the fabrication and staging of a non-flammable closure due to the work affecting a fire zone boundary. The TGI outlines detailed procedures, references relevant Navy Standard Items and drawings, and includes appendices for job summary information, material lists, and deficiency forms. Government-furnished services, such as crane operation, utility supply, and various inspections, will be provided by SRF-JRMC.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 20, 2026
amendedAmendment #1· Description UpdatedApr 9, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 18, 2026
expiryArchive DateJun 2, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSUP FLT LOG CTR YOKOSUKA

Point of Contact

Name
Risa Sakurai

Place of Performance

Yokosuka, Kanagawa, JAPAN

Official Sources