USS RALPH JOHNSON DDG-114 5C1 SRA BUDNDLE 1
ID: N6264925RA023Type: Solicitation
Overview

Buyer

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

NAICS

Agriculture, Forestry, Fishing and Hunting (11)

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 preservation work on the USS Ralph Johnson (DDG-114) at the Yokosuka Naval Base in Japan. The contract 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 procurement is critical for ensuring the operational readiness and safety of the naval fleet, adhering to stringent military standards and regulations. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to the contracting officer, Ai Gillard, at ai.gillard.ln@us.navy.mil or by phone at 01181468163805.

    Point(s) of Contact
    Ai Gillard - Contracting Officer
    01181468163805
    (046) 825-7298
    ai.gillard.ln@us.navy.mil
    Files
    Title
    Posted
    This document is an amendment to a government solicitation, specifically solicitation number 38K5212301A01. Its purpose is to address questions raised by a prospective offeror regarding contract specifications. The amendment is officially recorded with changes to the original solicitation while maintaining all other terms intact. Two key questions submitted by the contractor (KTR) are answered by the government. The first question pertains to the provision of fasteners needed for the reinstallation of panels after preservation work. The government clarifies that fasteners will be included as Contractor Furnished Material (CFM) rather than Government Furnished Material (GFM), indicating that they are not unique components and can likely be procured by the contractor. The second question addresses a specification under TGI 38K5216202A01 regarding the color of materials labeled “Peel and Stick.” The government specified no color in the documents but inferred that the previous installation was black, suggesting that this is the intended color. This amendment underscores the ongoing communication process between contractors and the government to ensure clarity and adherence to project specifications as part of procurement practices.
    The document outlines a solicitation for a US Navy contract related to the repair and alteration of the USS Ralph Johnson (DDG-114) at the Yokosuka Naval Base, extending from July 14, 2025, to February 23, 2026. It specifies that only contractors with a valid Master Agreement for Repair and Alteration of Vessels (MARAV) are eligible for award unless sufficient time exists for processing new applications. The scope includes numerous job tasks detailed in various attachments. Offers must be submitted by February 27, 2025, by 10:00 AM JST. The contracting officer's contact is provided for further inquiries. Proposals must include a detailed cost breakdown and adhere to established guidelines for safety, inspections, and quality management. Regulations concerning the usage of non-Navy-owned cranes and equipment, as well as handling Controlled Unclassified Information (CUI), are highlighted, ensuring compliance with both US and host nation standards. The document emphasizes safety training, accident reporting, and quality assurance during performance. In summary, it presents critical procurement details while facilitating contractor compliance with stringent safety and operational standards necessary for the military contract.
    This document serves as an amendment (0002) to a federal solicitation, detailing responses to questions from a prospective contractor regarding contract N6264925RA023. It provides clarification on the reuse of fasteners specified in the contract, indicating that a condition report should be submitted if fasteners cannot be reused. Additionally, it addresses questions about the provision of installation equipment, confirming government support for the installation check and the supply of necessary tools, such as a dummy roller, while noting that the rail support and feeder are not required. The amendment emphasizes the importance of acknowledging receipt of the changes outlined in this document prior to the submission deadline. It maintains that all other terms and conditions from the original solicitation remain unchanged. This amendment appears to aim at fostering clear communication between the government and contractors, ensuring that both parties are aligned on requirements and expectations for successful contract execution.
    This document is an amendment to a federal solicitation for the contract identified as TGI 38K5212374A01, extending the closing date for submissions from February 27, 2025, to March 7, 2025, at 10:00 AM. The extension allows for additional job requirements to be incorporated into the solicitation. Key information regarding the modification is included, such as the necessity for contractors to acknowledge receipt of the amendment in their submissions. Any changes to previously submitted offers must reference the solicitation and this amendment and be received prior to the new closing date. The amendment was officially signed on February 26, 2025, by the contracting officer, providing clarity on the administrative updates to the solicitation. The modification is categorized under federal RFP processes, emphasizing compliance with the Federal Acquisition Regulation (FAR) guidelines. Overall, the summary reflects the procedural adjustments regarding the solicitation timeline necessary for effective contract management.
    This document serves as Amendment 0004 to a federal solicitation, issued on March 3, 2025, and modifies previous contract terms. The primary purpose is to update specific Technical Guidance Instructions (TGIs) related to the existing contract identified as N6264925RA023. Notably, revisions include additional work in TGI #38K5212374A01, updates to the AIM system in TGI #38K5212305A01, and a change in the material list for TGI #38K5252901A01, which substitutes one Government-Furnished Material (GFM) with another due to delivery issues. The amendment does not alter any other contract details, which remain in force. Contractors must acknowledge receipt of this amendment to avoid rejection of their offers, and options for acknowledgment are provided. This document reflects ongoing adjustments typical within federal procurement processes, ensuring compliance and adaptation to project needs while maintaining contract integrity.
    This document represents Amendment 0005 to a solicitation related to a federal contract, specifically addressing a query raised by a prospective offeror. The contract remains unchanged in all other aspects, but the amendment clarifies a referenced section in the solicitation. It corrects a misreference from paragraph E.1.3 ~ E.2.3 to F.1.3 ~ F.2.3, providing a revised markup of the relevant material. The amendment also notes that the deadline for the submission of offers is not extended, and it includes instructions for acknowledging receipt of the amendment. The contracting agency is NAVSUP FLC Yokosuka, and the effective date of this amendment is March 6, 2025. This document plays a crucial role in ensuring clear communication and compliance with federal procurement regulations, guiding proposers in understanding the specifications of the solicitation effectively.
    The document outlines a task group instruction (TGI) for inspecting, repairing, and preserving the bilge drain well in compartment 4-42-0-Q of the USS Ralph Johnson (DDG-114). The work is scheduled to start on July 14, 2025, and be completed by December 11, 2025. Key activities include cleaning the bilge area, replacing strainer plate assemblies, and addressing structural integrity issues through ultrasonic thickness measurements and repair of deteriorated components. Specific materials, such as corrosion-resistant steel for strainer plates and zinc anodes, are identified. The instruction emphasizes compliance with safety and quality standards, including the need for non-flammable closures when working within fire zone boundaries. The document serves as a foundational guideline for contractors involved in maintenance activities, ensuring adherence to technical specifications and proper material use while highlighting the project's critical nature for ship maintenance and operational readiness. Overall, it reflects the Department of Defense's commitment to maintaining naval fleet integrity through structured and meticulous repair processes.
    The document outlines the task group instruction for repairs and preservation of the USS Ralph Johnson (DDG-114) deck and horizontal stiffeners in compartment 01-276-2-A. The scope involves the removal, fabrication, and installation of a horizontal stiffener and preservation of deck plating, occurring in specified frames and areas. The repairs include the installation of new peel-and-stick nonskid deck covering, complying with military specifications. The work is scheduled to commence on July 14, 2025, and conclude by December 11, 2025. Key personnel involved include planners and engineers, with government-furnished materials and services provided by SRF-JRMC, including crane and utility services. The task group instruction is a response to maintenance reports and is essential for maintaining the integrity and functionality of the naval vessel. This initiative reflects broader government efforts to ensure fleet readiness and structural safety through timely maintenance and adherence to military standards.
    The document outlines the government task group instruction (TGI) for the overhaul, repair, and replacement of various watertight doors aboard the USS Ralph Johnson (DDG-114). It specifies the necessary procedures for handling these doors, detailing locations throughout the vessel, including various lockers, weather levels, and magazines. Special emphasis is placed on the need for non-flammable closures due to the impact on fire zone boundaries and safety protocols concerning hot work in adjacent spaces. The scope includes carefully described materials, door specifications, and the required installation standards, ensuring compliance with Navy regulations. Work involves removing existing doors, cleaning components, and reinstallation following rigorous testing to ascertain no operational leaks or obstructions. The document is crucial for maintaining naval vessel integrity and safety, aligning with government RFPs for the procurement and management of military services. The project is led by planners identified in the document, further emphasizing accountability and detailed references to engineering and standardization documentation related to the task. Overall, this TGI is a vital blueprint for enhancing maritime safety and operational effectiveness aboard naval vessels.
    The document outlines a Request for Proposal (RFP) for maintenance and preservation work on the USS Ralph Johnson (DDG-114) for the Fiscal Year 2025. It highlights various Technical Job Instructions (TGI) detailing tasks such as inspecting and repairing bilge systems, conducting operational tests, and preserving structural surfaces. The solicitation number for the project is N6264925RA023, with a total evaluated price currently listed as zero (¥0), reflecting no proposed costs for labor, materials, or other direct costs. Each TGI entry specifies the type of work, labor hours, and costs assorted for labor and materials but presently indicates no labor hours or costs proposed. The document emphasizes that contractors must input data into designated sections, particularly stressing the need for accurate labor and material cost estimations. Overall, the RFP indicates a structured approach to maritime maintenance, ensuring that all maintenance tasks meet operational and safety standards while also allowing for comprehensive contractor participation in the bidding process. The document serves as a methodical guideline for potential bidders to submit their proposals in compliance with federal contracting procedures.
    This document pertains to a solicitation for government-furnished property related to a custodial procurement instrument. It includes details about the contracting officer, Ai Gillard, and specifies the submission requirements for items such as description, quantity, unit of measure, acquisition cost, and relevant identifiers like National Stock Number (NSN) and manufacturer information. Several fields are marked as required, indicating the necessity for complete data submission for each item. The document reflects the structured process of government procurement aimed at ensuring clarity and compliance in acquiring necessary property and supplies for federal operations. The emphasis on required fields underlines the importance of accuracy in the procurement procedure, facilitating effective communication between the government and vendors while maintaining accountability in federal contracting practices.
    The document pertains to a Pre-Proposal Inquiry (PPI) form used in the context of federal grant and proposal submissions. Its primary purpose is to facilitate the clarification of questions from contractors regarding specific Requests for Proposals (RFPs). Key components of the form include sections for the contractor to insert their identification details, RFP number, and specific questions related to the proposal. Below this section is reserved for government review, where technical reviewers can note details regarding any changes to specifications, drawings, and requirements stemming from contractor inquiries. This format serves to streamline communication between contractors and government entities, ensuring all queries are addressed to enhance proposal integrity and compliance. Ultimately, it reflects the structured engagement process that underpins public procurement under federal and state regulations.
    This document serves as a CONTRACT DATA SHEET designed to collect performance information regarding a specific federal contract. It includes essential fields such as the contractor's name, contract number, type, item/service description, and customer details. The performance section contains a series of yes/no questions that assess the timely delivery of services, compliance with specifications, necessity for modifications, occurrences of default or claims, and receipt of quality awards over the past three years. Notably, questions requiring a detailed explanation are marked with an asterisk, indicating areas needing further clarification. Overall, the primary purpose of this document is to evaluate the contractor’s performance against defined criteria to ensure accountability and quality in the execution of government contracts. This evaluation is critical for maintaining standards in federal contracting, reflecting the government's commitment to transparency and quality service delivery in response to RFPs and grants.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USS DEWEY (DDG-105) FY25 Surface Incremental Availability
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the FY25 Surface Incremental Availability of the USS Dewey (DDG-105), focusing on essential ship repair and alteration services. The procurement includes modifications to the 02 and 03 Level Weather Bolted Equipment Removal Plate (BERP) and the replacement of the nonskid system on specific weather frames, with work scheduled to commence on May 6, 2025, and conclude by July 22, 2025. These services are critical for maintaining the operational readiness and safety of the vessel, ensuring compliance with military standards and protocols. Interested contractors must possess a Master Agreement for Repair and Alteration of Vessels (MARAV) and submit their bids by April 2, 2025; for further inquiries, they can contact Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil or by phone at 814-681-67623.
    Maintenance work for PSNS Barge YR-85
    Buyer not available
    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 to September 30, 2025. Contractors are required to possess a valid Master Agreement for Repair and Alteration of Vessels (MARAV) and must adhere to specified technical and quality control standards, including the management of government-furnished materials and compliance with safety protocols. This maintenance project is crucial for ensuring the operational readiness of naval assets, and interested contractors must submit their proposals by April 14, 2025, at 10:00 a.m. 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.
    SHIP REPAIR REQUIREMENT:FY25 5C1 Chief of Naval Operation (CNO) Availability of USS HOWARD (DDG-83)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the USS HOWARD (DDG-83) as part of the Chief of Naval Operations (CNO) Availability for Fiscal Year 2025. Contractors authorized to operate in Japan are required to submit their proposals by March 14, 2025, with the anticipated work period spanning from April 7 to September 9, 2025, at the Yokosuka Naval Base. This procurement is critical for maintaining the operational readiness and safety of naval vessels, ensuring compliance with stringent quality management systems and safety regulations. Interested contractors should direct inquiries to Neil Flint at neil.s.flint.civ@us.navy.mil or call 315-243-8395 for further details.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 ROH vessel. The contract requires comprehensive docking and maintenance services, including hull maintenance, structural repairs, and system inspections, all to be performed in compliance with maritime industry standards and federal regulations. This procurement is crucial for ensuring the operational readiness of the vessel, which plays a significant role in naval operations. Interested small businesses must submit their proposals by March 17, 2025, with the contract period of performance scheduled from June 16, 2025, to October 10, 2025. For further inquiries, potential contractors can contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil.
    USS DEWEY Repair and Maintenance 5J1 SIA
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and maintenance of the USS DEWEY at the NAVSUP Fleet Logistics Center in Yokosuka, Japan. This opportunity involves shipbuilding and repairing services, specifically under the NAICS code 336611, and is categorized as non-nuclear ship repair. The successful contractor will play a crucial role in ensuring the operational readiness and maintenance of naval vessels, which is vital for national defense. Interested parties can reach out to Contract Specialist Shouko Sekido at shouko.sekido.ln@us.navy.mil or by phone at 0081468167607 for further details regarding the solicitation process.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) for the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, which is crucial for maintaining the operational readiness and longevity of naval vessels. Interested contractors should note that the primary point of contact for this opportunity is Courtney Schlusser, who can be reached at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, with a secondary contact available in Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763. Further details regarding the solicitation process and deadlines will be provided in the official announcement.
    PRE-SOLICITATION for USS FORREST SHERMAN ([DDG 98]) FY26 DMP
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is preparing to solicit bids for the USS FORREST SHERMAN (DDG 98) FY26 Dry Dock Maintenance Period (DMP). This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair as outlined under NAICS code 336611 and PSC code J998. The maintenance and repair of naval vessels are critical for ensuring operational readiness and extending the lifespan of the fleet. Interested contractors can reach out to Jacqueline Black at jacqueline.black@navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil for further details, with the opportunity expected to be formally announced soon.
    Dry-dock (DD): USCGC KIMBALL FY25 Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry-dock repairs of the USCG Cutter KIMBALL (WMSL 756) for fiscal year 2025. The procurement involves comprehensive maintenance and repair services, with the period of performance scheduled from May 13 to June 12, 2025, at the contractor's facility. This project is critical for ensuring the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested vendors must submit their quotes by March 14, 2025, and can direct inquiries to Kyra May or Andrew G. Jacobs via the provided contact information.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is soliciting proposals for the inspection and repair of a propulsor "PC.1A" and "Leading Edge Ring" on a Virginia-class submarine. This procurement aims to secure a firm-fixed price contract for essential repair services, with a performance period tentatively scheduled from April 17 to May 31, 2025. The opportunity is critical for maintaining the operational readiness of naval vessels, ensuring compliance with safety and security protocols throughout the repair process. Proposals are due by March 19, 2025, at 0900 HST, and interested parties must submit their offers electronically to the designated contacts, Christine Aledo and Deanna Yoshida, at the provided email addresses.
    USS AMERICA (LHA 6) FY26 Docking Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the USS AMERICA (LHA 6) FY26 Docking Selected Restricted Availability (DSRA). This procurement aims to secure shipbuilding and repair services necessary for the maintenance and operational readiness of the USS AMERICA, a vital asset in the Navy's fleet. The selected contractor will be responsible for executing non-nuclear ship repair tasks, ensuring the vessel meets its operational standards and readiness timelines. Interested parties can reach out to James Thomas at james.c.thomas118.civ@us.navy.mil or by phone at 202-781-7223, or Brian Romano at brian.c.romano.civ@us.navy.mil or 202-781-5282 for further details regarding the solicitation process.