USNS RICHARD E. BYRD Voyage Repair Availability KR
ID: N6264926RK001Type: 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 Department of the Navy, is soliciting proposals for the Voyage Repair Availability of the USNS RICHARD E. BYRD (T-AKE 4) while docked in Chinhae, South Korea, from January 5 to January 18, 2026. Contractors are required to provide labor, materials, tools, and equipment to perform various maintenance and repair tasks as outlined in the solicitation and associated work specifications. This contract is critical for ensuring the operational readiness and safety of the vessel, which involves comprehensive ship maintenance, including structural, electrical, and general upkeep. Interested contractors must comply with strict requirements regarding personnel access and safety regulations, and should contact Hyontong Yang at hyon.t.yang2.ln@us.navy.mil or Willie Harris at willie.j.harris2.civ@us.navy.mil for further details. Proposals must be submitted in U.S. dollars and include an itemized price breakdown by the specified deadline.

    Files
    Title
    Posted
    This document is a Work Item Index Report for the USNS BYRD, dated October 27, 2025, with a VRA date of January 5, 2026. It outlines various work items categorized into sections such as General Services and Requirements, Hull and Structural, Habitability Outfitting and Furnishings, and Drydocking. Key items include general requirements, utilities, testing, high voltage electrical safety, exterior fire station cabinet repairs, deck preservation, steel renewal, HVAC room preservation, AC and lagging repairs, jettison lockers, and underwater hull cleaning and inspection. The report details necessary repairs and maintenance for the vessel.
    The document "N40345-17-R-0038 ATTACHMENT J-5" outlines a Request for Proposal (RFP) for maintenance and repair services for the USNS RICHARD E. BYRD, scheduled for January 5-18, 2026. The attachment details various work items categorized under "General Requirement and Definitions," "Utilities and General Services," "Testing and Quality Assurance," and specific repair tasks such as "Exterior Fire Station Cabinet Repairs," "Exterior Deck Preservation," "Metal Steel Renewal," "Main Deck Machinery HVAC Room 2-66-1 Preservation," and "Underwater Hull Cleaning and Inspection." Each item currently lists zero labor hours and zero costs for both prime contractor and subcontractor, indicating that this document serves as a template or a preliminary listing of potential work with pricing to be determined. The "NSP" designation for some categories likely means "Non-Specific Part" or "Not Separately Priced," requiring further clarification or integration into broader tasks. The document emphasizes a comprehensive approach to ship maintenance, encompassing structural, electrical, and general upkeep.
    The Contract Data Sheet (N68246-____-R-_______) is a government form used to record and assess contractor performance for federal government RFPs. It captures essential contract details such as the contractor's name, contract number, type (Firm Fixed Price or Other), item/service description, quantity/period of performance, and customer information. The sheet includes a performance information section with seven yes/no questions evaluating aspects like on-time delivery, compliance with specifications, need for rework, modifications relaxing requirements, contract termination issues, and quality awards. Answers marked with an asterisk (*) require an explanatory narrative, either in the provided space or on an attachment. This document serves as a critical tool for monitoring contractor accountability and performance in federal procurement processes.
    Form W-14, issued by the Department of the Treasury (IRS), is a Certificate of Foreign Contracting Party Receiving Federal Procurement Payments. This form is essential for foreign entities receiving federal procurement payments, allowing them to claim exemption from tax under section 5000C based on international agreements or the origin of goods/services. It requires the foreign contracting party to provide identification details, including name, country of incorporation, address, and U.S. taxpayer identification number (TIN). The form also mandates information about the acquiring agency and the contract/reference number. Foreign parties must specify the basis for their claimed exemption, whether through an international agreement with the United States or an international procurement agreement, or because goods/services are produced/performed in the U.S. Detailed explanations are required for the exemptions, including relevant agreements, specific provisions, and methods for allocating exempt and nonexempt amounts. The form concludes with a certification under penalties of perjury, where the foreign person attests to the accuracy of the information and agrees to pay any unwithheld tax. This document helps ensure compliance with tax regulations for foreign contractors engaged in federal procurement.
    This government solicitation (N6264926RK001) is a Request for Proposal (RFP) for the USNS RICHARD E. BYRD (T-AKE 4) Voyage Repair Availability in Chinhae, S. Korea, from January 5-18, 2026. It seeks proposals for labor, materials, tools, and equipment to perform voyage repairs as detailed in Attachment J-1. The contract is a firm-fixed-price job order under an existing Master Agreement for Repair and Alteration of Vessels (MARAV) for eligible contractors. Non-MARAV holders are ineligible. The solicitation outlines strict requirements for contractor personnel regarding physical and IT system access, including background investigations (NACLC/T3/T3R or SSBI/T5/T5R equivalent), Common Access Cards (CAC), and annual Cyber Awareness training. Foreign Nationals are restricted from Enterprise Resource Planning (ERP) access. Special contract requirements include compliance with Occupational and Health Standards for Shipyard Employment (29 CFR 1915), exemptions from Korean Special Excise Taxes and Value-Added Taxes, prevention of oil and hazardous substance discharge, restrictions on employing Navy personnel, and asbestos removal guidelines (29 CFR 1910.1001, 29 CFR 1926.58, 40 CFR Part 61). All offers must be in US Dollars and include an itemized price breakdown. Payment instructions utilize the Wide Area WorkFlow (WAWF) system. This RFP emphasizes stringent compliance with safety, environmental, and security regulations for work performed on U.S. Navy vessels in South Korea.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Regular Overhaul (ROH) for USNS RICHARD E BRYD (T-AKE 4) in the Indo-Pacific Region
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Regular Overhaul (ROH) of the USNS RICHARD E BYRD (T-AKE 4) in the Indo-Pacific Region. This contract entails comprehensive maintenance and repair work without dry-dock availability, focusing on various critical ship systems, including propulsion, electrical, and auxiliary machinery, to ensure operational readiness and compliance with regulatory standards. The performance period is scheduled from March 30, 2026, to May 28, 2026, with options extending to June 12, 2026, and the work must be conducted within the U.S. 7th Fleet Area of Responsibility, excluding India. Interested parties should contact Samantha Cheong at wannaisamantha.cheong.ln@us.navy.mil or call 656-750-2833 for further details and must be registered in SAM.gov to be eligible for award.
    USS ROBERT SMALLS (CG 62) FY26 6A1 BUNDLE 1
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS ROBERT SMALLS (CG 62) under the FY26 6A1 Bundle 1 contract. The procurement involves a firm fixed-price job order for various maintenance tasks, including the repair of the ship's sewage system and scaffolding installation, with a performance period from January 26, 2026, to March 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. This contract is critical for ensuring the operational readiness of naval vessels and requires offerors to possess an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award. Interested contractors must submit their proposals by December 9, 2025, and can access detailed work specifications through a secure U.S. Government repository by requesting access via email. For further inquiries, contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) maintenance and repair work on the USS DEWEY (DDG-105) for fiscal year 2026. The procurement involves a comprehensive scope of work consisting of twenty-two Task Group Instructions (TGIs) that encompass various ship repair, overhaul, preservation, and replacement tasks necessary for the operational readiness of the vessel. This contract is critical for maintaining the Navy's fleet capabilities and ensuring compliance with NAVSEA and SRF-JRMC standards. Proposals must be submitted by January 8, 2026, with the performance period running from March 30, 2026, to September 7, 2026. Interested contractors can reach out to Takayo Shiba at takayo.shiba.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil for further details.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    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.
    USS BLUE RIDGE 5C1 DSRA TYCOM 7 (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 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 DDG-105 FY26 6C1 SRA(d)
    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 DEWEY (DDG-105) during its scheduled availability from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award, and the work will include structural, sheet metal, and rigging tasks, along with managing anticipated growth work. This procurement is critical for maintaining naval readiness and operational capability, ensuring that the USS DEWEY remains in optimal condition for future missions. Proposals are due by December 15, 2025, and 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 and access to the work specifications.
    USS DEWEY (DDG 105) FY26 6C1 SRA(d) TGI 38K4243901-A01, Yokosuka, Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for ship repair and maintenance services for the USS DEWEY (DDG-105) during its FY26 6C1 SRA(d) availability in Yokosuka, Japan. The selected contractor will be responsible for providing comprehensive management, technical, procurement, production, testing, and quality assurance services necessary for the repair and maintenance of the vessel, adhering to applicable standards and specifications. This opportunity is critical for ensuring the operational readiness of naval vessels and maintaining the integrity of the fleet. Interested offerors must submit their proposals by December 15, 2025, at 10:00 AM Japan Standard Time, and can request access to the Work Specification Package by contacting Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    USS SHOUP (DDG-86) FY26 6J2 CNO SIA BUNDLE #3, Chief of Naval Operation Availability 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) during its FY26 6J2 CNO SIA Bundle 3 availability at Yokosuka Naval Base, Japan. The procurement requires firms to possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and to be authorized to operate in Japan, as the work involves critical ship repair and alteration tasks essential for maintaining naval readiness. The contract is structured as a firm-fixed-price job order, with a performance period from March 9, 2026, to May 4, 2026, and proposals must be submitted by December 8, 2025, at 10:00 AM JST. Interested parties should contact Kazuo Takamura at kazuo.takamura.ln@us.navy.mil for further details and access to the work specifications.
    USS DEWEY (DDG-105) FY26 6C1 SRA(d) 38K4248201 S/A 97085K, 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 DEWEY (DDG-105) at Yokosuka Naval Base, Japan, from March 30, 2026, to June 20, 2026. 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, as the contract is firm-fixed-price and includes specific structural modifications and enhancements to the ship's Tactical Weapon Control System. This procurement is critical for maintaining the operational readiness of the USS DEWEY, ensuring compliance with military standards and safety protocols. Interested contractors must submit their proposals by December 17, 2025, and request access to the work specifications by December 9, 2025, with further inquiries directed to Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil.
    USNS LARAMIE ROH/DD FY 26
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS LARAMIE ROH/DD FY 26, focusing on shipbuilding and repair services. This procurement aims to address the maintenance and repair needs of the USNS LARAMIE, ensuring its operational readiness and longevity. The services sought are critical for maintaining the fleet's capabilities and supporting naval operations. Interested contractors can reach out to Caren Edanol at caren.l.edanol.civ@us.navy.mil or by phone at 757-341-6709 for further details regarding the solicitation process.