USS RALPH JOHNSON (DDG-114) FY25 5C1 CNO (YOKOSUKA, JAPAN)
ID: N6264925RA035Type: 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 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 6, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 1:00 AM UTC
Description

The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for repair and maintenance work on the USS RALPH JOHNSON (DDG-114) scheduled from July 14, 2025, to November 26, 2025. This procurement focuses on various structural and operational tasks, including rigging, sheet metal work, and system testing, essential for maintaining the operational readiness of the naval vessel. The selected contractor must adhere to strict safety and quality assurance standards while managing both government-furnished and contractor-furnished materials. Interested parties must submit their proposals by April 18, 2025, and can request access to the work specification package by contacting Risa Sakurai at risa.sakurai.ln@us.navy.mil or Peter Arrieta at peterjommel.s.arrieta.ln@us.navy.mil by April 11, 2025.

Files
Title
Posted
Apr 7, 2025, 12:04 AM UTC
The document outlines a federal solicitation (N6264925RA035) for a contract related to repair and maintenance work on the USS Ralph Johnson (DDG-114) at the Commander, Fleet Activities Yokosuka Naval Base in Japan. The solicitation specifies that only firms with a current U.S. Navy Master Ship Repair Agreement are eligible to bid. The contract period is from July 14, 2025, to November 26, 2025, and bids must be submitted by April 18, 2025. Key work items include structural and rigging tasks, with detailed tasks outlined in the attachment provided through a secure government repository. It emphasizes the necessity of strict adherence to safety and quality assurance standards, requires comprehensive planning and reporting processes, and mandates that contractors manage both government-furnished and contractor-furnished materials effectively. The contractor must also coordinate with the U.S. Naval Ship Repair Facility and follow specific guidelines for inspections, acceptance, and compliance with local and maritime regulations. The document underscores the importance of operational security, worker qualifications, and thorough background checks for contractors working within the naval framework. This procurement aims to ensure efficiency, safety, and readiness of naval assets through proper maintenance and repair operations.
Apr 7, 2025, 12:04 AM UTC
The document outlines an amendment to a solicitation regarding a contract modification for the repair and alteration of vessels, specifically related to the USS Ralph Johnson. The amendment revises certain sections, including the price proposal form, while maintaining the other terms unchanged. It emphasizes the requirements for offerors, including the necessity to respond accurately without altering the solicitation. Key instructions include submitting proposals electronically, adhering to specified formats, and the importance of past performance information. Offerors must be aware of deadlines and compliance with subcontracting regulations, and are encouraged to submit their best offers upfront since discussions may not be held. The amendment underscores the process for inquiries and the requirements for attachments related to their proposals. This document serves to guide potential contractors in adequately preparing their submissions for effective consideration in this federal solicitation, emphasizing transparency and compliance with government contracting standards.
Apr 7, 2025, 12:04 AM UTC
This document is an amendment to a solicitation for a contract related to the maintenance and repair of the USS Ralph Johnson (DDG-114). It addresses questions received and revises various sections of the original documents, specifically detailing response procedures and solicitation modifications. Key details include clarification on the quantity of components like brackets and studs, and restrictions on bidding for firms lacking an active U.S. Navy Master Ship Repair Agreement. The period of performance for contract execution is from July 14 to November 26, 2025. Important instructions for bidders include submission deadlines, proposal requirements, and guidelines on accessing the work specification package through the Department of Defense Secure Access File Exchange. The evaluation process for proposals prioritizes a lowest price technically acceptable (LPTA) methodology, ensuring only those meeting technical and pricing criteria receive contracts. This amendment underscores the government’s commitment to ensuring compliance with naval regulations while engaging contractors for essential ship repairs.
Apr 7, 2025, 12:04 AM UTC
The document pertains to an RFP (Request for Proposal) issued for maintenance and modification work on the USS Ralph Johnson (DDG-114) during FY25, encompassing several Technical Guidance Items (TGIs). The RFP outlines various structural and operational tasks including sheet metal work, rigging, and system tests, with a focus on cost estimation for labor, materials, and other direct costs (ODCs). Notably, the document requires vendors to input specific labor and material costs while clearly stating that the proposed prices for all tasks are currently set to zero due to lack of submitted data. Each TGI outlines labor hours needed, potential subcontractor labor, and related costs without providing actual figures. The overarching purpose of the document is to facilitate service providers in responding with detailed proposals that will lead to the ship's necessary upgrades and maintenance essential for its operational readiness. Overall, this RFP emphasizes structured responses for precise budget planning and adherence to compliance in executing essential naval support work.
Apr 7, 2025, 12:04 AM UTC
The document outlines a request for proposals (RFP) pertaining to various structural work projects and operational tests scheduled for the USS Ralph Johnson (DDG-114) during fiscal year 2025. It contains a summary of cost estimates across multiple Contract Line Items (CLINs), including tasks related to structural modifications, rigging, and testing of systems. All proposed costs for labor, materials, and other direct costs (ODC) remain at zero, indicating incomplete data entry or lack of proposals received. Each line item presents a description of the work to be accomplished, specifying job tasks like false deck installation and operational testing of water systems. The document instructs offerors to input relevant data in predefined sections. Key labor costs, material costs, and details about subcontracting options are also organized in a structured format to facilitate clarity and ensure responsive bids. Overall, the RFP highlights the government's need for contractor support in maintenance and upgrades for naval vessels, reflecting a strategic approach to ensure readiness and operational efficiency within the naval fleet.
The document outlines a custodial procurement instrument under a DoD contract, specifically detailing the types of government-furnished property provided for various items and materials. The primary content includes a list of items along with their descriptions, National Stock Numbers (NSN), and manufacturer information, highlighting requirements for acquisitions under the Department of Defense. Each item is designated for a particular contractor, identified by order numbers and contractor originators. The list includes various structural and aircraft components, such as angles, bars, panels, and insulation materials, emphasizing specifications and quality standards (e.g., MIL-S and ASTM). The attachment also mentions serially and non-serially managed properties, acquisition costs, and delivery details associated with each item. This document serves as a contractual framework to guide government procurement processes related to construction and maintenance operations in defense settings, ensuring compliance with military standards and effective resource allocation.
Apr 7, 2025, 12:04 AM UTC
This document is a Request for Information (RFI) linked to the federal Request for Proposal (RFP) number N6264925RA035. It serves as a communication tool between a contractor and the government, soliciting specific questions or clarifications related to the RFP. The structure of the document includes sections for contractor questions and notes for government use, such as technical reviews and changes in specifications or requirements. The bottom section indicates labels for government reviewers’ notes, ensuring a systematic approach to managing responses and inquiries concerning the RFP process. This RFI is integral to improving clarity and understanding between parties, thereby facilitating the effective progression of government contracting activities.
Apr 7, 2025, 12:04 AM UTC
The document outlines the essential information regarding a government contract, specifically a Firm Fixed Price agreement. Key details include the contractor's name, contract number, customer information, and performance metrics. It assesses the timeliness and compliance of delivered services against contract specifications. Central questions determine whether all deliverables met original schedules and specifications, required rework, or saw modifications that altered contract terms. Additionally, it prompts contractors to report on any parts of the contract that faced termination for default or litigation, and whether quality awards were earned in the past three years. If there were issues, contractors are advised to provide narrative explanations regarding corrective actions taken. This contract data sheet serves as a comprehensive tool for evaluating contractor performance within the framework of federal RFPs and grants, facilitating transparency and accountability in government contracting processes.
Apr 7, 2025, 12:04 AM UTC
The document is an amendment to a solicitation/modification of a contract, identified as USSRALPHJOHNSONFY255C1. It addresses a specific question from a contractor regarding the quantity of studs needed for a cable way, essential for providing an accurate estimate. The government clarified that the estimated requirements include "up to 10 EA" for removal and "up to 12 EA" for installation. The amendment indicates that all other terms in the original solicitation remain unchanged and highlights the procedural necessities for contractors to acknowledge receipt of the amendment. Notably, the document underscores the importance of precise communication in federal procurement processes, ensuring that contractors can submit informed bids based on clarified requirements. Overall, this amendment aims to streamline the bidding process while maintaining regulatory compliance and transparency in government contracting.
Apr 7, 2025, 12:04 AM UTC
The document outlines the task group instructions for structural, sheet metal, false deck, and rigging work required for the S/A 98418K High Frequency Terminal modification on the USS Ralph Johnson (DDG-114). The project is scheduled to commence on July 14, 2025, and concludes on November 26, 2025. The primary objective is to upgrade various locations on the ship, including the Radio Transmitter Room and Communication Center. Specific requirements include fabricating non-flammable closures for fire zone boundaries and the integration of electronics equipment. Key materials needed for the project include steel and aluminum components, with detailed specifications for each item outlined, ensuring compliance with applicable military standards. Additionally, contractors will necessitate support services such as crane rigging and utility provisions. Noteworthy is the emphasis on maintaining the ship's safety protocols throughout the modification process and the involvement of the Naval Information Warfare Center for technical support. Overall, this document signifies a structured approach to enhancing shipboard communication systems, directly contributing to improved naval operational capabilities.
Apr 7, 2025, 12:04 AM UTC
The document outlines the technical guidance instruction (TGI) for conducting structural, sheet metal, false deck, and rigging work related to the Navy Multiband Terminal Modem (NMT) Spiral One on the USS Ralph Johnson (DDG-114). The tasks are to be carried out across various locations on the ship, including living spaces and control rooms, adhering to safety and specification requirements, particularly concerning fire zone boundaries. Key components include fabrication and installation of structural components with specified sizes and materials such as steel and aluminum. The document stresses the importance of a non-flammable closure for safety during operations involving cutting and access through fire zone bulkheads. It details references to existing drawings and specifies procedures for material requirements, labor services, and quality assurance inspections. The comprehensive approach emphasizes risk management, ensuring safety compliance, and the availability of equipment and materials from relevant Navy support facilities. This TGI serves as a critical reference for contractors involved in shipboard maintenance projects, reflecting the government's commitment to maintaining operational integrity and safety standards.
Apr 7, 2025, 12:04 AM UTC
The document outlines modifications for the USS Ralph Johnson (DDG-114) under the S/A 88260K project, focusing on structural, rigging, preservation, machine, and piping work related to the Enterprise Remote Monitor System. The work is set to occur in various ship areas, including engine rooms, fuel tanks, and living spaces, necessitating precision and adherence to military standards. Notable modifications involve the installation of new potable water piping and chilled water supply and return valves, along with various structural works. The documentation specifies the materials, including Cu-Ni piping and valve types, security classifications, and guidelines for testing and inspections. The modifications aim to enhance the ship’s operational capability by updating critical systems while ensuring compliance with safety and environmental regulations. Additionally, the document emphasizes rigorous testing procedures, including hydrostatic tests for water systems, and details requirements for cleanliness and inspections following modifications. Overall, the project reflects the Navy's commitment to maintaining technological superiority and operational readiness through systematic upgrades and careful planning.
Apr 7, 2025, 12:04 AM UTC
The document outlines a task group instruction concerning the Chill Water System tightness and operational testing for the USS Ralph Johnson (DDG-114). It details the administrative aspects of the task, including personnel involved, work completion certifications, and a summary of work required to conduct the tests as specified under reference TP 51411-3-300KTR. Key personnel are listed with contact information, and special requirements are noted under the Clearances review section. The overarching purpose of this file is to ensure compliance with testing protocols for the chill water system aboard the naval vessel, which necessitates both Quality Assurance (QA) and shop work. Completion of the necessary procedures is essential for operational readiness. The document illustrates a structured approach to maintenance documentation, emphasizing thoroughness and adherence to specified guidelines. This procedural focus aligns with governmental priorities in maintaining naval fleet efficiency and safety, underpinning the importance of systematic testing and certification in military operations.
Apr 7, 2025, 12:04 AM UTC
The document outlines the instruction for the Potable Water System testing for the USS Ralph Johnson (DDG-114). It serves as a guide for conducting tightness and operational tests as mandated by the task reference TP 53311-3-300KTR. The instructions have been prepared and reviewed by designated personnel on specific dates in February 2025. The project is categorized under the maintenance phase, indicating necessary operational checks for the ship's potable water system. Key individuals, including zone managers and preparers, are identified along with contact information. The tasks involve quality assurance (QA) work and specific shop responsibilities, with a mention of material requirements for the testing procedure. Emphasizing meticulousness in documenting test results, the document underscores the importance of adhering to established protocols and safety standards in naval operations. Overall, this task group instruction serves as a detailed operational guide for ship maintenance teams to ensure compliance and effective management of the potable water system aboard the USS Ralph Johnson.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
Corrective and Preventative Maintenance work for PSNS Barge YR-95
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for corrective and preventative maintenance work on the PSNS Barge YR-95, with a performance period from June 3, 2025, to September 30, 2025. The procurement requires contractors to possess a Master Ship Repair Agreement (MSRA) and to manage both Government Furnished Material and Contractor Furnished Material while adhering to strict compliance and safety standards. This maintenance work is crucial for ensuring the operational readiness of naval vessels, reflecting the government's commitment to maintaining high standards in military logistics and supply chain management. Interested contractors must submit their proposals by April 24, 2025, at 10:00 AM JST, and can request access to the detailed work specifications by contacting Sharon Arceo at sharon.arceo.ln@us.navy.mil.
USS KANSAS CITY (LCS 22) / USS STOCKDALE (DDG 106) FY26 Docking Selected Restricted Availability (DSRA)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY26 Drydocking Selected Restricted Availability (DSRA) of the USS Kansas City (LCS 022) and USS Stockdale (DDG 106). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and modernization work on both vessels, which includes structural repairs, system upgrades, and condition-based maintenance. This opportunity is critical for maintaining the operational readiness and technological advancement of U.S. Navy ships, with the anticipated Request for Proposals (RFP) expected to be released in the fourth quarter of 2025. Interested parties must submit their letters of interest by 4 PM Local Time on May 1, 2025, to the designated contacts, Jacqueline Black and Jacob Juros, via the provided email addresses.
USS MICHAEL MONSOOR FY25 5CM PMAV FFP
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is seeking qualified contractors to provide Preventive Maintenance Availability (PMAV) support for the USS MICHAEL MONSOOR (DDG-1001) at Yokosuka Naval Base, Japan. The procurement requires firms to possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy, specifically a Master Ship Repair Agreement (MSRA) or an Agreement for Boat Repair (ABR), as the award will be made under these existing agreements. This maintenance is crucial for ensuring the operational readiness and longevity of the vessel, with the performance period scheduled from June 1, 2025, to June 20, 2025. Interested contractors must submit their offers by April 30, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura or Peter Arrieta for further information.
JONRIE MAINTENANCE
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking qualified contractors for a firm fixed-price service contract focused on maintenance and training for JonRie tugboats at Commander, Fleet Activities Yokosuka. The procurement includes essential services such as troubleshooting, preventive maintenance, and training for the JonRie Series 418 Capstans and Series 200 Winches, which are critical for harbor operations. Performance is expected to occur between June 15, 2025, and September 30, 2025, with a single award granted based on best value evaluation criteria including price, delivery, and past performance. Interested parties must submit their quotes by April 23, 2025, and direct any inquiries to Ms. Kristen Lorena at kristen.g.lorena.civ@us.navy.mil, ensuring they are registered in the System for Awards Management (SAM).
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) stationed in Yokosuka, Japan. Eligible contractors must possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy, as the contract will be awarded as a firm fixed-price job order under existing agreements. This opportunity is critical for ensuring the operational readiness and maintenance of naval vessels, adhering to NAVSEA and SRF-JRMC standards. Proposals must be submitted by April 28, 2025, at 10:00 AM Japan Standard Time, and interested parties can contact Shouko Sekido at shouko.sekido.ln@us.navy.mil for further information.
Voids and Bilges Inspection and Provide Report on YR-96
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the inspection of voids and bilges on the YR-96 Berthing and Messing Barges located in Yokosuka, Japan. The contract requires a comprehensive inspection and reporting on the condition of the barges, with a performance period set from May 13, 2025, to December 30, 2025. This procurement is critical for maintaining the operational readiness and safety of naval vessels, ensuring compliance with safety and environmental regulations. Interested contractors must submit their proposals by April 23, 2025, and can contact Masanori Rokutan at Masanori.Rokutan2.LN@us.navy.mil or by phone at 046-816-7379 for further information.
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.
USNS GUADALUPE ROH/DD Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY25 ROH/DD project, which involves repair and maintenance services for the vessel. This procurement is focused on shipbuilding and repairing, specifically under the NAICS code 336611, and aims to ensure the operational readiness of the USNS GUADALUPE through scheduled maintenance and repairs. The successful contractor will play a crucial role in maintaining the fleet's capabilities, which is vital for national defense operations. Interested parties should reach out to Caren Edanol at caren.l.edanol.civ@us.navy.mil or call 757-341-6709 for further details regarding the solicitation process.
DDG 124 and DDG 127 Post Shakedown Availabilities at Norfolk
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for Post Shakedown Availabilities (PSAs) for the DDG 51 Class Ships, specifically the HARVEY BARNUM JR. (DDG 124) and potentially the PATRICK GALLEGHER (DDG 127), at the Norfolk, Virginia homeport. The procurement aims to address deficiencies, execute new work items, and implement engineering changes while adhering to NAVSEA Standard Items and safety regulations. This opportunity is crucial for maintaining the operational readiness and compliance of naval vessels, ensuring they meet the required performance standards. Interested contractors should direct inquiries to Kurt Boyles at kurt.r.boyles.civ@us.navy.mil or Justin Rose at justin.p.rose6.civ@us.navy.mil, and are encouraged to review the attached solicitation documents for detailed requirements and submission guidelines.