Berthing and Messing Barge YRBM-57 Intermediate Maintenance Availability (IMAV)
ID: N6264926RA011Type: 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 NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Intermediate Maintenance Availability (IMAV) of the Berthing and Messing Barge YRBM-57, with a performance period from March 1 to June 15, 2026, at Yokosuka Naval Base in Japan. The procurement includes critical repair and upgrade tasks such as the installation of split air conditioning systems, inspection of sewage collection and holding tanks, and replacement of the cosmetic polymeric deck covering system, all of which require adherence to NAVSEA standards and the contractor's possession of an active U.S. Navy Master Agreement for Repair and Alteration of Vessels (MARAV). Interested contractors must submit their proposals by January 5, 2026, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications by contacting Kazuo Takamura or Peter Arrieta via email.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the scope of work for the YRBM(L) 57 (YRBM 57) vessel, focusing on the inspection and maintenance of its Sewage Collection and Holding Tank (CHT) system, specifically CHT Tank 2-30-1-Q, Bulk Laundry 01-57-3-Q, and Enlisted Laundry 01-49-1-Q. The project involves opening, ventilating, emptying, cleaning, and drying the CHT tank and its piping, requiring "Safe for Man" certification by a Marine Chemist, with harmful vapors ventilated outside the vessel. A visual inspection for structural integrity, coating deficiencies, deterioration, pitting, cracks, and damage to various components is mandated, with a report submitted to the SUPERVISOR. Additionally, an air test of each tank at 2 PSIG for 15 minutes (with a 5-minute hold) is required, with no allowable pressure drop. The project also includes replacing existing PVC drain pipes with new ones, including a "p-trap," on eyewash stations at the laundry locations. All new and disturbed surfaces must adhere to specific requirements. This document contains export-controlled technical information governed by U.S. ITAR regulations.
    This document outlines the requirements for the Split Air Conditioning Systems Upgrade on the Berthing Barge YRBM-57. The project involves modifying and installing new split AC systems throughout the barge, including specific mechanical, electrical, and storage rooms, as well as exterior locations. The contractor is responsible for providing all necessary tools, labor, and materials. Key requirements include adhering to NAVSEA Standard Items, various referenced drawings and specifications, and manufacturer's instructions for installation, foundation modifications, power system modifications, and refrigerant piping. The scope also covers the removal and disposal of obsolete equipment, air hose testing of new inserts, refrigerant oil system testing, HVAC system test and balance, and the installation of new insulation and stainless steel jacketing for refrigerant piping. An operational and leak test of the new AC systems is mandatory, with strict adherence to performance parameters and no allowable leakage. Export control regulations apply to the technical information within the document.
    This document outlines the requirements for upgrading split air conditioning systems on the Berthing Barge YRBM-57. The project involves modifying and installing six 250-ton York International Corporation AC plants and compressors in various mechanical, electrical, and stair tower rooms, as well as an exterior location. The scope includes providing all necessary tools, labor, and materials, with strict adherence to not removing existing equipment until new materials are on hand. Key requirements encompass foundation modifications, power system upgrades, refrigerant piping installation, airflow balancing, and the removal and disposal of obsolete equipment. The contractor must perform operational and leak tests on new systems, ensuring no refrigerant leakage and optimal performance. Additionally, the project mandates the installation of new insulation on refrigeration and condensate drain piping, followed by stainless steel sheet metal jacketing for exterior pipes. The document emphasizes compliance with NAVSEA Standard Items and various other technical references, including export control regulations for technical information.
    This document, Item No: 634-11-001, details the replacement of the Cosmetic Polymeric Deck Covering System on the YRBM(L) 57 (YRBM 57) vessel. The work, located on the 03 Level Stairway (03-68-0-Q), involves replacing 127 sq ft of deck tiles with a system conforming to MIL-D-24613 Type I Class 2. The project requires adherence to NAVSEA Standard Items (FY26 CH-1), specifically sections 009-026 and 009-032, for both replacement and treatment of new/disturbed surfaces. The document notes that this information is export-controlled under U.S. International Traffic in Arms Regulation (ITAR). No Government Furnished Material (GFM) is provided for this project.
    This government solicitation, N6264926RA011, outlines a Request for Proposal (RFP) for repair and upgrade work on the Yard, Repair, Berthing, Messing (YRBM) YRBM-57 berthing and messing barge, with an availability period from March 1, 2026, to June 15, 2026. The RFP details three specific Work Items (WIs): sewage collection and holding tank inspection (WI 123-16-001), split air conditioning systems upgrade (WI 514-20-001), and cosmetic polymeric deck covering system replacement (WI 634-11-001). The document provides a framework for offerors to submit proposed labor (in-house and subcontractor), material, and other direct costs (ODC) in Japanese Yen (JPY) for each WI and overall. It includes tables for detailed cost breakdowns, emphasizing that values are linked across tabs and require input in highlighted cells. The solicitation aims to gather comprehensive cost proposals for these critical maintenance and upgrade tasks.
    The provided document is a Request for Information (RFI) form, a standard template used in government procurement processes such as federal RFPs, federal grants, and state/local RFPs. It is structured to facilitate communication between a contractor and a government agency. The form includes fields for administrative details like the date of request, contractor information, RFP number, and page number(s). The core of the RFI is the "CONTRACTOR QUESTION(s)" section, where contractors can submit inquiries regarding a solicitation. Below this, there is a section exclusively for government use, featuring fields for technical reviewer details, dates, and checkboxes to indicate potential changes to specifications, drawings/references, requirements, or materials, along with a "RESPONSE TO CODE 200" field. This RFI form serves as a formal mechanism for contractors to seek clarification and for government agencies to record and track their responses, ensuring transparency and proper documentation throughout the solicitation process.
    The provided document is not a government file, RFP, or grant. Instead, it is an error message from a PDF viewer indicating that the document content could not be displayed. It advises the user to upgrade to the latest version of Adobe Reader or seek further assistance with the software. The message also includes trademark information for Windows, Mac, and Linux. Therefore, there is no governmental content to summarize or analyze in this file.
    The document is not a government file but rather an error 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 and provides links for download and further assistance. Therefore, it does not contain any information relevant to government RFPs, federal grants, or state and local RFPs.
    This government Request for Proposal (RFP) outlines requirements for the Intermediate Maintenance Availability (IMAV) of the Berthing and Messing Barge YRBM-57. Issued by NAVSUP Fleet Logistics Center Yokosuka, the solicitation focuses on ship repair and maintenance, with a performance period from March 1 to June 15, 2026, at Yokosuka Naval Base. Key aspects include adherence to NAVSEA and SRF-JRMC standards, strict guidelines for contractor-furnished materials and integrated production schedules, and detailed procedures for identifying and reporting unforeseen conditions. The document also includes extensive safety regulations for non-Navy owned cranes, personnel access to federal facilities, IT systems, and controlled unclassified information. Offerors must possess an active U.S. Navy Master Agreement for Repair and Alteration of Vessels (MARAV) to be eligible.
    Solicitation amendment 0001, for solicitation number N6264926RA011, addresses contractor questions and provides a revised Work Item (WI) document 514-20-001 related to the upgrade of split air conditioning systems. The amendment clarifies that Government Furnished Material (GFM) is not an option for materials, and directs contractors to the revised Work Item 514-20-001 - AC INSTALL - rev.1 for information regarding the purpose of York International Corporation air conditioning plants. This amendment ensures all terms and conditions of the original solicitation remain in full force and effect, except as explicitly changed herein. Contractors must acknowledge receipt of this amendment to ensure their offers are considered.
    Lifecycle
    Similar Opportunities
    YC-1381 OVERHAUL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the overhaul of the YC-1381 vessel, with a performance period from March 1 to June 30, 2026. This procurement requires contractors to provide comprehensive labor, materials, and equipment for maintenance tasks, including towing, dry docking, hull cleaning, and structural repairs, adhering to specific naval standards and regulations. Eligible firms must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and be authorized to operate in Japan. Proposals are due by January 22, 2026, and interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil for further information.
    WORK BOAT LARGE-1 (WBL-1) OVERHAUL, YOKOSUKA, JAPAN
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the overhaul of the Work Boat Large-1 (WBL-1) in Yokosuka, Japan. This firm-fixed-price contract requires compliance with high marine industry standards for various maintenance tasks, including dry docking, hull preservation, and engine repairs, to support Commander, Fleet Activities Yokosuka. The overhaul is critical for maintaining operational readiness and safety standards for naval operations. Interested contractors must possess an active U.S. MSRA/ABR and be authorized to operate in Japan, with proposals due by January 21, 2026, at 10:00 AM JST. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Peter Arrieta at peterjommel.s.arrieta.ln@us.navy.mil.
    Barge Rental Service- Amendment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a barge rental service as outlined in the recent solicitation from NAVSUP FLT LOG CTR Yokosuka. This procurement aims to secure the rental of ships, small craft, pontoons, and floating docks, which are essential for various operational needs within the naval logistics framework. The services will be performed in Yokosuka, Kanagawa, Japan, highlighting the strategic importance of maritime transportation in supporting naval operations. Interested vendors can reach out to Maya Ichikawa at maya.ichikawa.ln@us.navy.mil or by phone at 0468167446 for further details regarding the amendment and submission requirements.
    USS BLUE RIDGE 5C1 DSRA TYCOM 7 (YOKOSUKA, JAPAN)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS BLUE RIDGE (LCC-19) as part of a Drydocking Selected Restricted Availability (DSRA) project. This procurement involves a comprehensive package of work items, including structural repairs, system testing, and maintenance tasks, with a performance period scheduled from July 21, 2026, to June 20, 2028. The selected contractor must possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) and be authorized to operate in Japan, ensuring compliance with stringent safety and quality standards. Interested parties must submit their proposals by October 17, 2025, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications via email to the designated contacts.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG-105) during its scheduled maintenance period from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Eligible contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and are required to manage Government Furnished Material (GFM) while adhering to strict NAVSEA and SRF-JRMC standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring they meet the necessary safety and performance standards. Proposals are due by January 2, 2026, with access to work specifications available through DoD SAFE upon request by December 22, 2025; interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information.
    LCU-1651 DSRA 6B1 44pkg (svc)
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the LCU-1651 vessel, with a focus on a comprehensive scope of work involving forty-four Industrial Control Numbers (ICNs) and anticipated growth work. The procurement aims to address critical maintenance needs, including structural repairs, preservation tasks, and upgrades essential for the operational readiness of the vessel, which plays a vital role in naval operations. Interested contractors must possess a current Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) with the U.S. Navy, with the contract expected to be awarded by January 30, 2026. For further inquiries, contractors can contact Hiromi Kurita at hiromi.kurita.ln@us.navy.mil or Jason M. Rankin at jason.m.rankin6.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Repair and Modernization IDIQ YC-UF-UFDD
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking contractors for the Repair and Modernization Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract for U.S. Navy waterborne barges in Washington State. The contract will cover repair and modernization services for YC, UF, and UFDD barges, requiring expertise in hull, mechanical, and electrical design, with typical projects including vessel husbandry, welding, painting, and electrical repairs. The anticipated ordering period spans five years from April 2026 to April 2031, with a total small business set-aside under NAICS code 336611. Interested contractors must register with the System for Award Management (SAM) and can contact Jeff Jaeckel or Christopher Campbell for further information. Proposals are expected to be solicited in January 2026.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.