USS SHOUP (DDG-86) 5J1 SIA (Yokosuka, JAPAN)
ID: N6264925RA020Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a proposal under solicitation number N6264925RA020 for labor and materials related to the USS SHOUP (DDG-86) for fiscal year 2025. It includes a summary of costs associated with various tasks involving deck covering and non-skid system replacements aboard the vessel. Each task group item (TGI) lists details such as proposed labor, material costs, and other direct costs (ODC), all denoted as zero at this stage. The document emphasizes that specific input from offerors is required for highlighted sections to calculate total costs effectively. It is structured to categorize work items, breakdown labor hours, and outline material requisites crucial for accurate project assessment and execution. By requiring detailed input for labor rates and other costs, it aims to ensure transparency, cost estimation, and budget adherence for the project. This proposal seeks to maintain the naval fleet's operational readiness and safety through scheduled maintenance and systematic upgrades as part of the government's ongoing defense initiatives.
    The attached Request for Information (RFI) seeks feedback from contractors regarding RFP Number N6264925RA020. The document includes a section reserved for contractor questions and guidance for technical reviewers, indicating processes for evaluating the responses. Specific columns are designated for government use, including dates, reviewer identification, and whether any changes were made to specifications, drawings, requirements, or materials. The purpose of this RFI is to gather necessary information from prospective contractors to refine and finalize the related RFP, ensuring that all technical and operational criteria are clear and achievable. It highlights the importance of collaboration between the government and contractors to facilitate effective project execution. Overall, the RFI acts as a foundational step in the procurement process, aimed at enhancing the clarity of project requirements and expectations prior to the formal bidding phase.
    The document is a contract data sheet used for assessing contractor performance associated with federal government RFPs and grants. It includes vital information such as the contractor's name, contract number, contract type (firm fixed price), item/service description, customer details, and contact information. It also incorporates a performance evaluation section with a series of yes/no questions regarding the timely delivery of supplies/services, compliance with specifications, the need for replacement or modifications, and any claims or disputes related to the contract. Notably, respondents are prompted to provide detailed explanations for any issues marked with an asterisk, emphasizing the need for transparency in performance reporting. The document illustrates the importance of contract compliance and quality assurance in federal procurement processes, reinforcing accountability among contractors and ensuring that government standards are met throughout the contract lifecycle. This data sheet is essential for evaluating contractor reliability and performance history in future contracting opportunities.
    The document outlines a task group instruction related to the USS Shoup (DDG-86) for the replacement of deck coverings in the access trunk 3-158-3-T. The scope includes removing existing rubber insulation and installing new chemical-resistant flooring systems, along with compartment insulation. It details specific quantities, materials, and standards to be followed, including the use of MIL specifications for installation. The project is approved and prepared by designated individuals, with acknowledgment of potential asbestos hazards. It specifies the responsibilities for government-furnished material and support services required for the work, such as crane services and safety inspections. The document serves as a guide to ensure compliance and proper execution of the maintenance task, reflecting critical infrastructure updates within the naval facility context. Overall, the instruction illustrates the procedural steps and materials needed for maintaining the operational integrity and safety of the vessel's interior.
    The document outlines instructions for a project aimed at replacing deck coverings in compartment 1-300-01-L aboard the USS Shoup (DDG-86). The task is classified under Change Order JCN CM02-1885, with a primary focus on installing a chemical-resistant flooring system measuring a total of 285 square feet, specifically following MIL-PRF-32584 standards. The project includes necessary demolition of the existing flooring, primer application, and reintegration of the area with vertical structural surfaces. Notably, the project considers initial conditions, including potential asbestos presence and has mandatory safety inspections outlined for service work provided by SRF-JRMC. Planned start and completion dates for contractor work rely on schedules from the TGI POP List. Additionally, necessary materials, specifications, and safety requirements are detailed throughout, ensuring compliance with established federal and military guidelines. The project reflects the government's commitment to maintaining and upgrading naval infrastructure while adhering to safety and environmental standards.
    The document outlines instructions for replacing the nonskid system on the USS Shoup (DDG-86) involving frames between 202 and 329, both port and starboard sides. This work, identified as JCN OD01-L089, is part of a broader maintenance phase and specifies that the replacement will cover approximately 3,055 square feet of deck plating, including vertical surfaces up to four inches high. Key requirements include adhering to established standards for surface preparation and application, specifically MIL-PRF-24667, Type V. The document also details the roles of various personnel involved in planning and execution, such as the planner and Work Integration Manager. No government-furnished materials will be provided, and certain utility and inspection services will be offered by the SRF-JRMC. This project reflects essential maintenance practices to ensure safety and compliance onboard naval vessels.
    The document outlines the Task Group Instruction (TGI) for replacing the nonskid system on the 04 Level Weather of the USS Shoup (DDG-86). The initiative involves removing and replacing 340 square feet of nonskid deck covering, which includes both horizontal and vertical surfaces. The installation must comply with specific military standards. Key personnel involved include Hirotsugu Ishikawa as the planner and Takehide Yaginuma as the Work Integration Manager. The timeline for contractor work is specified in the TGI POP List, but exact dates are not provided in this document. Various government-provided materials and services, such as crane operation and utility services, will support this project. The document is structured into multiple sections, detailing the scope, conditions, required procedures, and material resources needed for the job. It concludes with a material list needed for completion, specifying exact items and quantities. Overall, the TGI emphasizes proper installation protocols and safety inspections for the ongoing maintenance of naval vessels.
    The document outlines the Task Group Instruction (TGI) for replacing the deck covering in compartment 1-174-01-L aboard the USS Shoup (DDG-86). The purpose is to install a chemical-resistant flooring system covering an area of 820 square feet, adhering to specific military standards for materials and specifications. The project is categorized as a maintenance activity with an imminent security classification, highlighting the importance of safety and compliance due to the potential asbestos hazard identified in the initial conditions. Work procedures include the removal of existing flooring and installation of new materials as specified. The document details the roles of key personnel, including planners and a Work Integration Manager (WIM), and identifies government-furnished materials and services necessary for successful project execution. A material list outlines insulation and adhesive requirements, ensuring compliance with military specifications. Overall, this TGI demonstrates a structured approach to a critical maintenance task aboard a naval vessel, emphasizing adherence to safety regulations, procedural integrity, and the necessity of specialized materials. This type of document is typical in governmental requests for proposals and grants, outlining project needs and compliance standards for federal maintenance contracts.
    The document outlines the task group instruction for replacing the deck covering in compartment 1-254-0-Q on USS Shoup (DDG-86). The purpose is to remove and replace a chemical-resistant flooring system, detailing specific requirements and materials involved, including installation of deck plating. The document identifies a potential asbestos hazard in the initial conditions and outlines the vital roles of planning and work integration management teams. Material provisions and safety inspections are referenced, emphasizing compliance with military specifications. The work is associated with project job change number SS02-3030, indicating established procedures for existing equipment removal and installation processes. Overall, this file serves as a critical guide for the operations necessary to maintain the integrity and safety of the vessel's deck area.
    The document outlines a government Request for Proposal (RFP) for the repair and alteration of the USS SHOUP (DDG-86) at the Yokosuka Naval Base, Japan. It establishes the scope of work, which includes specific task group instructions and timelines, with work scheduled to occur from July 28, 2025, to September 29, 2025. Key submission requirements emphasize that only firms holding a Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy are eligible for award, while detailing conditions for contractors without this agreement. The document specifies mandatory compliance with U.S. naval ship repair standards, including necessary certifications and inspections for contractor equipment, such as cranes used in operations. Additionally, it emphasizes the need for contractor employees to obtain proper security clearance and operational training, including anti-terrorism awareness and safety training. The overall purpose of the RFP is to solicit sealed bids for efficient and compliant ship repair services, ensuring contractor accountability for quality management and adherence to occupational health standards. The emphasis on stringent qualifications and specifications reflects the government’s commitment to maintain operational readiness and safety in naval operations.
    The document details a list of upcoming tasks involving replacements of specific components on naval vessels, specifically under the designation DDG86 5J1 SIA FARM OUT B‐1 TGI. The scheduled work includes several projects identified by unique reference numbers, all set to initiate on July 28, 2025, and conclude by September 29, 2025. Key replacement tasks cover various areas, including non-skid surfaces on bridges and midship sections, as well as specific sections identified by numerical codes. This structured outline of tasks indicates a systematic approach to maintaining naval readiness and operational standards through scheduled repairs. The document culminates with an approval signature, reinforcing its official nature as part of federal operations management related to naval assets.
    Lifecycle
    Title
    Type
    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.
    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.
    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 scheduled restoration availability (SRA) of the USS Ralph Johnson (DDG-114) in Yokosuka, Japan, during Fiscal Year 2025. The procurement involves comprehensive repair and maintenance services, including cleaning, assessing, and repairing critical tank systems aboard the vessel, with a focus on adhering to military standards and ensuring operational readiness. This contract is vital for maintaining the functionality and safety of naval vessels, reflecting the U.S. Navy's commitment to maritime operational excellence. Interested contractors must have a Master Ship Repair Agreement or an Agreement for Boat Repair to be eligible for award, with proposals due by March 10, 2025, at 10:00 AM JST. For further inquiries, contact Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    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) of the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. The procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, to ensure the operational readiness and maintenance of these naval vessels. This opportunity is critical for maintaining the fleet's capabilities and ensuring the longevity of the ships involved. Interested contractors can reach out to Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763 for further details.
    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.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, specifically the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 vessel. This contract, set aside for small businesses, requires contractors to provide comprehensive services including hull maintenance, system repairs, and thorough inspections, ensuring adherence to safety and environmental regulations. The importance of this procurement lies in maintaining the operational readiness and integrity of naval vessels, which are critical to national defense. Interested contractors must submit their proposals by March 17, 2025, and can direct inquiries to Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil for further information.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), is soliciting proposals for the repair of the propulsor "PC.1A" and "Leading Edge Ring" for a Virginia-class submarine. This procurement aims to ensure the operational readiness and maintenance of critical naval assets, emphasizing the importance of high-quality repair services in support of the Navy's mission. Contractors must adhere to stringent safety, health, and security protocols, including compliance with OSHA standards and the submission of an Operations Security (OPSEC) plan prior to contract performance. Interested vendors should contact Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further details, with the work scheduled to commence between April 17 and April 30, 2025, and a delivery deadline of May 31, 2025.
    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.