USS JOHN FINN (DDG-113) FY25 5A1 CMAV BUNDLE 1 (YOKOSUKA, JAPAN)
ID: N6264925RA029Type: 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 Naval Supply Fleet Logistics Center in Yokosuka, Japan, is soliciting proposals for maintenance and repair services for the USS John Finn (DDG-113). The procurement involves a comprehensive scope of work, including the replacement of the nonskid system on specific weather frames, deck covering in the Chief Petty Officer Messroom, and support services for various maintenance operations aboard the vessel. This contract is crucial for ensuring the operational readiness and compliance of naval vessels with established Navy standards. Proposals are due by February 25, 2025, with the work scheduled to commence on April 21, 2025, and conclude by May 12, 2025. Interested contractors can reach out to Risa Sakurai at risa.sakurai.ln@us.navy.mil or Peter Arrieta at peterjommel.s.arrieta.ln@us.navy.mil for further information.

    Files
    Title
    Posted
    The document outlines the proposal for maintenance and repair work for the USS John Finn (DDG-113) as part of the solicitation N6264925RA029. Specifically, it details three Task Group Items (TGIs) focused on replacing the nonskid system on specific weather frames, deck covering, and providing support work for the service line. Each TGI includes a breakdown of labor hours, costs for materials, and other direct costs (ODC), all of which are specified as zero or undefined—the proposal has not included actual figures yet. The document emphasizes that input is required for highlighted areas, stressing the need for precise data on labor and material breakdowns. Important components like in-house and subcontractor labor hours, cost per man-hour, and materials per unit pricing are to be determined by the offerors. This proposal aims to ensure that the USS John Finn is adequately maintained in compliance with government standards, reflecting the naval service's commitment to operational readiness while adhering to procurement guidelines. Overall, the document serves as a preparatory outline for contractors to submit proposals, gather necessary cost estimations, and ensure compliance with federal contracting processes.
    This document is a Request for Information (RFI) associated with RFP Number N6264925RA029. It includes a section for contractor questions, emphasizing the communication channel between the government and potential contractors. The document is organized into two main parts: the administrative details outlining the request, including the date and contractor information, and a space designated for government use, which features fields for the technical reviewer's notes, date, and possible changes to specifications, drawings, or material requirements. The descriptive layout fosters a structured response process and ensures clarity in interactions regarding the RFP, illustrating standard practices within federal contracting to solicit information and clarify requirements effectively. This RFI aims to gather insights and answers from contractors, aiding in refining the project’s specifications for future bidding scenarios crucial in government procurement processes.
    The document outlines a solicitation for a contract to provide repair and maintenance services for the USS JOHN FINN (DDG-113) at Yokosuka Naval Base, Japan. It details the need for a Master Agreement for Repair and Alteration of Vessels (MARAV) and specifies that only eligible firms with an existing MARAV can bid. The contract will last from April 21 to May 12, 2025, with proposals due by February 25, 2025. The contractor must meet rigorous requirements, including management, technical support, and compliance with specific NAVSEA and local standards. The scope of work involves repair specifics detailed in Attachment I, with access to using DoD SAFE for secure document sharing. The contractor is required to adhere to stringent quality management, safety, and inspection protocols, along with provisions for reporting any discovered conditions that might affect the project timeline. The document highlights government oversight on project execution, quality assurance, and compliance with federal security standards, indicating a thorough approach to contract execution and oversight. This solicitation reflects the government's commitment to operational readiness and ensures that defense capabilities are sustained through proper maintenance.
    The document outlines a task group instruction (TGI) for replacing the nonskid system on the 03 Level Weather frames aboard the USS John Finn (DDG-113). The specific area of work includes 1,100 square feet of deck plating and vertical surfaces between frames 162 and 194 on both the port and starboard sides. The replacement involves adhering to specified Navy standards, particularly relating to the installation of a peel-and-stick nonskid deck covering. The preparation and approval of the work is documented, naming Ryoufuke Nanba as the planner and Yuji Nakamura as the approver. The project, identified by job control number ES01-L020, includes detailed procedural instructions and mentions that no government-furnished material is required. It also lists support services provided by the SRF-JRMC, such as crane and utility services, and emphasizes safety inspections and quality assurance for the work performed. This TGI reflects the typical process in government RFPs and grants concerning maintenance operations in naval vessels, outlining the scope, requirements, and procedures essential for completion.
    The document outlines the task instructions for replacing the deck covering in the Chief Petty Officer Messroom and Lounge (1-174-0-L) aboard the USS John Finn (DDG-113). The project, identified as Job Change Number SS02-L032, entails the removal of existing chemical-resistant flooring and the installation of new flooring that meets MIL-PRF-32584 specifications in a navy blue color with white flake. It includes detailed procedures for the removal and installation processes, along with safety considerations regarding potential asbestos hazards. The work is scheduled to begin on April 21, 2025, and is expected to be completed by May 12, 2025. The document identifies key personnel responsible for planning and oversight, specifies the necessary government-furnished materials, and outlines additional services required during the project, such as inspections and utility support. This thorough preparation reflects the Navy's commitment to maintaining safety and compliance standards while ensuring efficient upgrades to ship facilities.
    The document outlines a task group instruction (TGI) for the USS John Finn (DDG-113) regarding the provision of support work from the Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC). The primary focus is on installing, maintaining, and removing temporary containment enclosures and life rails for service line work. Specific locations mentioned include various weather levels and the main deck, addressing the need for temporary structures to facilitate these operations. The required structures include a containment enclosure, life rail, and bridge, with specified dimensions and the possibility for modifications. The document lacks any specified government-furnished materials and highlights the necessary safety inspections and crane services provided by SRF-JRMC during this project. Overall, it encapsulates required maintenance support operations for naval vessels, ensuring adherence to safety protocols and operational efficiency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USS RALPH JOHNSON DDG-114 5C1 SRA BUDNDLE 1
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, Japan, is soliciting proposals for maintenance and preservation work on the USS Ralph Johnson (DDG-114) under solicitation number N6264925RA023. The project encompasses a range of tasks including the inspection, repair, and preservation of various systems and components aboard the vessel, with work scheduled to commence on July 14, 2025, and conclude by December 11, 2025. This initiative is critical for maintaining the operational readiness and structural integrity of the naval fleet, ensuring compliance with military standards and safety protocols. Interested contractors must submit their proposals by February 27, 2025, at 10:00 AM JST, and can direct inquiries to the contracting officer, Ai Gillard, at ai.gillard.ln@us.navy.mil or by phone at 01181468163805.
    USS SHOUP (DDG-86) 5J1 SIA (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) at the Yokosuka Naval Base in Japan. The contractor will be responsible for executing all work requirements as outlined in the Task Group Instructions (TGIs), which include replacing deck coverings and nonskid systems, ensuring compliance with military standards and specifications. This procurement is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to high-quality ship repair services. Interested contractors must submit their proposals by March 5, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura at Kazuo.Takamura.ln@us.navy.mil for further information.
    USS RALPH JOHNSON DDG114 FY25 SRA 5C1 Bundle 2 (YOKOSUKA, JAPAN)
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the maintenance and repair of the USS Ralph Johnson (DDG-114) during the Fiscal Year 2025 Scheduled Restoration Availability (SRA) in Yokosuka, Japan. The procurement requires contractors with a Master Ship Repair Agreement or an Agreement for Boat Repair to perform various task group instructions, including cleaning, assessing, and repairing critical tank systems aboard the vessel, with a focus on maintaining operational readiness and compliance with military standards. This contract is vital for ensuring the ship's safety and functional integrity, reflecting the U.S. Navy's commitment to maritime operational excellence. Interested contractors must submit their proposals by March 10, 2025, at 10:00 AM JST, and can direct inquiries to Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    FY25 Intermediate Maintenance Availability (IMAV) of Commander, Pacific Fleet Berthing and Messing Barge YRB-30
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Yokosuka, is soliciting proposals for the FY25 Intermediate Maintenance Availability (IMAV) of the berthing and messing barge YRB-30, located in Yokosuka, Japan. The contract requires comprehensive maintenance and repair work on the vessel, which serves as temporary accommodations for warship crews, including system overhauls, inspections, and compliance with Navy safety and operational standards. This opportunity is critical for ensuring the operational integrity and safety of the barge, which plays a vital role in supporting naval operations in the Pacific Fleet. Interested contractors must have a current Master Ship Repair Agreement and are encouraged to contact Neil Flint at neil.s.flint.civ@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil for further details, with the contract performance period scheduled from May 15 to September 30, 2025.
    J998 - USS SHIP ROH
    Buyer not available
    The Department of Defense, through the Department of the Navy, is preparing to solicit bids for the repair and maintenance of USS ships under the presolicitation notice titled 'J998 - USS SHIP ROH'. This procurement focuses on non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of naval vessels. The contract will be managed by the NAVSUP FLC Sigonella Naples Office, and interested contractors are encouraged to reach out to the primary contacts, including Nicole Barnhart at nicole.e.barnhart.civ@us.navy.mil, for further details. Specific deadlines and funding amounts have not been disclosed in the overview.
    FY 25 Repair of Pier 237, 341, AND 516, Yokohama North Dock, Yokohama, Japan
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is preparing to solicit bids for the FY 25 Repair of Pier 237, 341, and 516 at Yokohama North Dock, Japan. The project aims to address deficiencies identified in previous pier inspection reports, including repairs to cracks and spalling, coating, bollard replacement, and the replacement of pier fenders. This construction project, classified under NAICS code 237990 for Other Heavy and Civil Engineering Construction, is crucial for maintaining the operational integrity of the piers. The anticipated solicitation will be issued in February 2025, with a project magnitude between ¥500,000,000 and ¥1,000,000,000. Interested bidders must be registered in the System for Award Management (SAM) and possess the necessary Japanese construction licenses. For further inquiries, contact Charles Qi at charles.l.qi.civ@usace.army.mil or Ryan Marzetta at ryan.j.marzetta.civ@usace.army.mil.
    USS JOHN P. MURTHA (LPD-26) LLTM WELL DECK FASTNERS
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is soliciting proposals for the procurement of well deck fasteners for the USS JOHN P. MURTHA (LPD-26). The primary requirement includes 5,000 self-locking hex nuts, which are essential components for maintaining the operational readiness of the naval vessel, with a delivery deadline set for June 30, 2025, to a location in National City, California. This procurement reflects the U.S. Navy's commitment to ensuring the availability of critical replacement parts as part of its scheduled maintenance activities. Interested small businesses are encouraged to reach out to Jennifer Gomez at jennifer.h.gomez.civ@us.navy.mil or Cynthia Urias at cynthia.y.urias.civ@us.navy.mil for further inquiries regarding the solicitation.
    USS LEWIS B. PULLER (ESB-3) FY25 Voyage Repair
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the FY25 Voyage Repair Availability (VRA) of the USS Lewis B. Puller (ESB-3) at a contractor facility in Taranto, Italy. The procurement encompasses comprehensive maintenance and repair services, including management, procurement, and quality assurance, as specified by the Military Sealift Command and the Forward Deployed Regional Maintenance Center. This contract is crucial for ensuring the operational readiness and compliance of naval vessels, with a performance period extending from April 9 to April 23, 2025. Interested contractors should direct inquiries to Gary Eaton at gary.a.eaton6.civ@us.navy.mil, with proposals due by February 11, 2025, at 10 AM CET.
    USCGC KIMBALL Dockside FY25 FQ3
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside maintenance of the USCGC KIMBALL, scheduled for fiscal year 2025. The procurement aims to solicit bids for shipbuilding and repair services, emphasizing compliance with regulatory standards and best practices in the industry. This opportunity is crucial for maintaining the operational readiness and integrity of the Coast Guard's fleet, ensuring that vessels are equipped to perform their missions effectively. Interested parties should contact William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Richard Rawlings at richard.n.rawlings@uscg.mil or 206-815-2112 for further details regarding the submission process and timelines.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.