Solicitation N6264925RA045 YT-807 Harbor Tug Boat FY25 Overhaul
ID: N6264925RA045Type: 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 overhaul and maintenance of the YT-807 Harbor Tug Boat, with a contract period from September 22, 2025, to August 31, 2026. This procurement requires qualified contractors to provide comprehensive repair services, including hull, machinery, and safety compliance, adhering to commercial marine industry standards and various environmental regulations. The YT-807 is critical for naval operations at Yokosuka Naval Base, emphasizing the need for high-quality workmanship and timely execution of repairs. Interested offerors must submit their proposals by August 15, 2025, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications via DoD SAFE by emailing Kazuo Takamura at kazuo.takamura.ln@us.navy.mil by July 16, 2025.

    Point(s) of Contact
    Kazuo Takamura
    0081468166187
    (046) 825-7298
    Kazuo.Takamura.ln@us.navy.mil
    Ai Gillard - Contracting Officer
    01181468163805
    (046) 825-7298
    ai.gillard.ln@us.navy.mil
    Files
    Title
    Posted
    This government solicitation, N6264925RA045, outlines the financial summary and detailed cost breakdown for the YT807 FY25 Overhaul of the YT807 Harbor Hug Boat. The document serves as a template for offerors to provide proposed labor, material, and other direct costs (ODC) in Japanese Yen (JPY) for CLIN 0001 (SOW) and CLIN 0002 (Growth CLIN). It includes sections for total labor (man-hours), labor cost, material cost, ODC cost, and proposed price. The file details a breakdown for In-House Labor Hours by various trades and mandates input for in-house and sub-contractor labor rates. Additionally, it requires detailed breakdowns for material and ODC costs. The document emphasizes that values in the summary table are linked to corresponding data from other tabs, eliminating the need for manual input, and highlights sections for data entry to ensure accurate total calculations. This comprehensive structure facilitates transparent and detailed financial proposals for the overhaul project.
    This Request for Information (RFI) from July 7, 2025, addresses Contractor questions regarding RFP Number N6264925RA045. The Contractor highlights limitations in performing fender removal at DD2 based on past experience. They indicate capability for hull-related work, specifically cleaning, blasting, and preservation in areas other than fenders. The Contractor also notes difficulty in procuring listed items and states an inability to provide an estimate without the revised Statement of Work (SOW). The Government's response confirms that Code 200 has received the revised SOW. This RFI serves as a formal communication channel for the Contractor to express concerns and capabilities, and for the Government to acknowledge receipt of information pertinent to the ongoing RFP process.
    The document "ATTACHMENT IV: REQUEST FOR INFORMATION (RFI)" is a standardized form used in federal government procurement, specifically for Requests for Proposals (RFPs) such as N6264925RA045. Its purpose is to facilitate formal communication between a contractor and the government regarding an active RFP. The form allows contractors to submit specific questions related to the RFP, identified by page and RFP number, ensuring clarity and addressing ambiguities. The "DO NOT WRITE BELOW THIS LINE" section indicates that the lower portion is reserved exclusively for government use, where technical reviewers provide responses, track changes (e.g., in specifications, drawings, requirements, or materials), and assign internal tracking numbers (TGI NO). This structured format ensures a formal, documented process for information exchange during the procurement cycle, maintaining transparency and accountability for both parties.
    The document is a Contract Data Sheet, specifically a performance information questionnaire used by government entities to evaluate contractor performance. It collects details such as contractor name, contract number, type (Firm Fixed Price or Other), item/service description, quantity/period of performance, and customer information. The core of the document assesses performance through a series of yes/no questions covering timely delivery, compliance with specifications, need for rework/modifications, contract terminations/disputes, and quality awards. Answers marked with an asterisk require a detailed narrative explanation. This form is critical for federal, state, and local government agencies in evaluating past performance for future contracting decisions, ensuring accountability and informing vendor selection processes.
    The document outlines the structure for a Government Furnished Property (GFP) solicitation or contract modification, identified by Attachment Number 3 and dated April 29, 2025. It details the essential information required for such documents, including the Government Contracting Officer's name (Ai Gillard), email, and phone number (243-8385). The form distinguishes between Contract Award and Contract Modification, as well as Solicitation and Amendment. A critical component is the Procurement Instrument Identification (PIID) number, with sections for both the new (FY16+) and old formats, specifying the Issuing Office DoDAAC, Issuing Year, Contract Type, and Sequence Number. The document also provides fields for item-specific details, such as ITEM NAME, LINE NUMBER, ITEM DESCRIPTION, NSN, QTY, UNIT OF MEASURE, UNIT ACQ COST, MFR CAGE, and PART NUMBER, emphasizing required fields and conditional entries for comprehensive item tracking.
    The Department of the Navy's Quality Assurance Surveillance Plan (QASP) for the YT-807 Overhaul FY25 outlines the government's framework for monitoring contractor performance to ensure compliance with all technical, safety, administrative, scheduling, environmental, and security requirements. The QASP details government roles and responsibilities, including the Contracting Officer, COR/Program Manager, and Marine Maintenance Officer, who conduct inspections and document reviews. Performance standards are established by referencing contract specifications, with sample elements provided for contractor quality assurance, technical work (e.g., surface preparation, welding), administrative functions, and safety protocols. Deductions may be imposed for non-compliance. Surveillance methods include inspections, document reviews, meetings, and assessments. Contractor performance is rated as Satisfactory, Marginal, or Unsatisfactory, with documentation maintained through objective quality evidence, meeting minutes, and condition found reports. Measurement frequencies range from daily spot checks to project completion evaluations.
    This document outlines the proposal details for the YT807 Harbor Hug Boat's overhaul (Solicitation No: N6264925RA045). The primary focus is on the cost and labor estimates associated with the project. It includes various sections detailing labor costs, material costs, and other direct costs (ODC), with all values currently marked as ¥0, indicating that no specific figures have been input. The proposal features two contract line items (CLIN): the primary CLIN for the overhaul and a growth CLIN, both lacking specified man-hours or costs at this stage. The in-house labor hour breakdown and subcontractor labor breakdown are included, but all entries show zero totals, as does the material cost breakdown and other costs. The document specifies that input is required for highlighted sections to provide accurate pricing. Overall, this submission serves as a preliminary structure for presenting offers related to the overhaul, reflecting the current state of the bid and the need for further data completion to evaluate total costs accurately.
    This document is an Attachment IV: Request for Information (RFI) related to RFP Number N6264925RA045, utilized by government entities for soliciting vendor engagement. It serves as a platform for contractors to submit inquiries and gather additional information pertaining to the RFP. The structure includes sections to document the contractor's name, questions, and space for government review input, indicating whether changes to specifications, drawings, or requirements are necessary. The intent is to facilitate clarity and communication between contractors and the government, ensuring informed participation in the proposal process. The document is designated for governmental internal use to enhance the RFP's effectiveness by addressing contractor questions promptly and efficiently. Overall, it underscores the importance of open dialogue in the procurement process.
    The document is a Request for Information (RFI) related to RFP Number N6264925RA045, dated July 7, 2025. It addresses a contractor's concerns regarding hull-related work at DD2, specifically noting their inability to remove fenders based on past experiences. The contractor outlines their capabilities, which include cleaning and blasting/preservation work, excluding fender areas. They express difficulties in procuring necessary items and state that estimating costs is not feasible until a revised Statement of Work (SOW) is issued. The RFI serves as a means for the contractor to communicate operational limitations and seek clarification from the government concerning the revised SOW. Ultimately, the RFI is a venue for information exchange and issue resolution as part of the broader RFP process, reflecting the challenges faced by contractors in fulfilling government contracts while adhering to specific project requirements.
    The document serves as a Contract Data Sheet used for federal and state contracts, specifically focusing on performance evaluation of the contractor. It includes essential data points such as contractor name, contract number, date of completion, contract type, service description, performance schedule, and customer contact information. The performance information section outlines various questions to assess contractor compliance with the original schedule and specifications, including the necessity for replacements or modifications, any contract modifications, and issues like terminations or claims. Additionally, it prompts for information on any quality awards received and corrective actions taken in case of deficiencies, requiring detailed explanations where applicable. This structure emphasizes accountability and quality assurance in government contracting processes, ensuring that contracts meet defined standards and objectives.
    The document pertains to a government solicitation regarding the management of Government Furnished Property (GFP). It identifies specific details related to the procurement process, with key information including the Government Contracting Officer Ai Gillard's contact details and the relevant solicitation and contract identifiers. The document specifies requirements for item records related to requisitioned materials, outlining necessary fields including item name, description, quantity, and acquisition costs. Additionally, it mandates the completion of certain fields collectively, reinforcing thoroughness in procurement documentation. The overarching purpose of the solicitation is to establish guidelines for accurately managing government property in contracts, ensuring regulatory compliance and operational efficiency within federal procurement practices. This document is essential for contractors involved in delivering services or materials to the government, promoting clarity and procedural consistency in the acquisition of GFP.
    The Department of the Navy has established a Quality Assurance Surveillance Plan (QASP) for the overhaul of the YT-807 vessel for FY25, outlined in solicitation N6264925RA045. The QASP aims to ensure compliance with contract specifications regarding technical, safety, scheduling, environmental, and security requirements during maintenance operations. Key government personnel, including the Contracting Officer, Contracting Officer’s Representative, Marine Maintenance Officer, and specialized experts, will oversee inspections, documentation, and corrective actions. Performance standards are dictated by the Statement of Work, which includes quality assurance, deliverable criteria, and technical and administrative tasks. The monitoring of these elements will be conducted through multiple surveillance methods, including site inspections and document reviews, with performance ratings ranging from Satisfactory to Unsatisfactory. Any failures in compliance may result in penalties or deductions. The performance data will be meticulously documented and reviewed regularly. This comprehensive framework underlines the government’s commitment to ensuring high standards for both safety and quality during the vessel overhaul process.
    The Department of the Navy's Commander Fleet Activities Yokosuka seeks non-personal services for the docking and maintenance of the MENOMINEE (YT-807) Harbor Tug Boat from September 1, 2025, to March 20, 2026. The contract requires adherence to high-quality workmanship standards, commercial marine industry practices, and specific technical references. Key requirements include comprehensive hull and machinery repairs, preservation, safety protocols, environmental compliance, and detailed documentation. The contractor is responsible for all work, including providing additional replacement parts and materials as approved by the Government, and adhering to strict deadlines and security measures while the vessel is under their care.
    The solicitation document pertains to the Commander Fleet Activities Yokosuka's requirement for maintenance services on the Menominee (YT-807) harbor tugboat, scheduled from September 1, 2025, to March 20, 2026. It outlines the conditions for non-personal services aimed at preserving vessel integrity, emphasizing the need for high-quality workmanship in compliance with established marine industry standards. Contractors are responsible for adhering to various technical specifications associated with docking and maintenance work, including hull repairs, machinery system overhauls, and environmental compliance regulations. Key responsibilities include submitting performance progress schedules, ensuring adequate insurance coverage, and maintaining a thorough quality control process throughout the contract duration. The document highlights environmental considerations in operations, specifying handling and disposal of hazardous materials generated during the maintenance phase. This solicitation reflects the government's commitment to securing reliable marine services while ensuring compliance with safety and environmental regulations and efficient project management. Overall, it seeks to engage qualified contractors who can provide comprehensive maintenance solutions while protecting the vessel's operational capabilities and the surrounding environment.
    The Department of the Navy, Commander Fleet Activities Yokosuka, seeks non-personal services for the docking and maintenance of the MENOMINEE (YT-807) Harbor Tug Boat, scheduled from September 2025 to March 2026. This solicitation outlines comprehensive requirements for high-quality workmanship, adherence to commercial marine industry standards, and compliance with various technical, safety, and environmental regulations. Key aspects include hull and machinery repairs, extensive preservation work, rigorous testing and inspections, and strict protocols for hazardous waste management. The contractor must provide all necessary labor, materials, and insurance, operate under government oversight, and ensure the vessel's safety and security throughout the contract period.
    This government solicitation from the Department of the Navy, Commander Fleet Activities Yokosuka, Port Operations Department, outlines a contract for non-personal services for the docking and maintenance of the MENOMINEE (YT-807) Harbor Tug Boat. The work is scheduled from September 22, 2025, to March 20, 2026, and involves extensive repairs and maintenance. Key areas include hull repairs, internal and external area maintenance, main deck and superstructure repairs, weight handling systems, piping, and machinery system overhauls. The contractor is responsible for all aspects of the work, adhering to the highest quality workmanship standards of the commercial marine industry, NAVSEA standards, and various safety and environmental regulations including OSHA and Japanese standards. The document details requirements for insurance, subcontractor management, progress schedules, physical security, and waste management. It also defines various terms and roles, such as the Contracting Officer and Marine Maintenance Officer, and outlines procedures for inspections, tests, and reporting conditions found.
    The Department of the Navy, Commander Fleet Activities Yokosuka, is soliciting non-personal services for the docking and maintenance of the MENOMINEE (YT-807) Harbor Tug Boat. The contract period is from September 22, 2025, to August 31, 2026. This Request for Proposal (RFP) outlines comprehensive requirements for high-quality workmanship, adherence to commercial marine industry standards, and compliance with all applicable environmental and safety regulations, including OSHA, Japanese Environmental Governing Standards, and JICOSH. Key aspects include detailed specifications for hull, internal, external, main deck, superstructure, weight handling, piping, machinery, and main propulsion repairs, as well as general work items. The contractor is responsible for providing all necessary materials, labor, and insurance, with strict guidelines for managing additional replacement parts, subcontracting, progress schedules, and physical security at the Yokosuka Base Installation. The document also details procedures for inspections, tests, and reporting, emphasizing the importance of safety protocols for hot work, welding, and hazardous waste management.
    The Department of the Navy is soliciting a contract for the maintenance and repair of the Menominee (YT-807) harbor tugboat at Commander Fleet Activities Yokosuka, covering work from September 1, 2025, to March 20, 2026. This contract is non-personal, requiring contractors to adhere strictly to technical specifications, including quality workmanship as per commercial marine standards. The scope encompasses extensive servicing and repairs on various systems, such as hull maintenance, machinery inspections, and painting processes, aiming to uphold the vessel's operational integrity. Contractors must comply with numerous safety and environmental regulations, including handling hazardous materials and managing waste, as outlined in environmental protection laws. A stringent quality control system is mandated, with periodic inspections and testing to ensure compliance with standards set forth by the Naval Sea Systems Command. The document emphasizes the responsibilities of the contractor, including the use of certified personnel and adherence to required insurance levels. Overall, this solicitation underscores the Navy’s commitment to maintaining operational readiness while ensuring environmental protection and safety standards.
    The document outlines Amendment 0001 to Solicitation N6105425RCPR107, issued by NAVSUP FLC Yokosuka. The primary purpose of the amendment is to incorporate a site inspection schedule into Section L of the solicitation. The amendment specifies that all other terms remain unchanged and extends the offer submission deadline. Key instructions for offerors include the requirement to hold an active U.S. Navy MSRA/ABR Agreement and to submit proposals electronically via email or DoD SAFE if file size exceeds limitations. A site visit is scheduled for May 27, 2025, with attendance registration required by May 23, 2025. Offerors must adhere to submission guidelines, including proposal format and content requirements, ensuring compliance with relevant FAR and DFARS regulations. The amendment reinforces the importance of timely proposal submission and outlines the processes for question submission and handling of late proposals. Ultimately, the document aims to facilitate a clear understanding of the solicitation process while ensuring compliance with formal regulations within the context of government contracting.
    The document is an amendment to a solicitation for repairs and alterations to the YT-807 Harbor Tug Boat under a Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy. The amendment extends the proposal submission deadline from June 9, 2025, to July 9, 2025, at 10:00 AM JST to give offerors additional time to prepare their submissions. Key requirements include holding an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) for eligibility. Offerors must request access to the contract specifications securely through DoD SAFE by July 2, 2025. The period of performance for the contract is from September 1, 2025, to March 20, 2026, with work expected to be carried out at Yokosuka Naval Base and the contractor's facility. Additional instructions include submitting proposals electronically, ensuring all documents are compatible with required software, and adhering to guidelines for past performance submission. The document emphasizes that contractors operating outside Japan must demonstrate compliance with specific regulations. Overall, this amendment formalizes changes to the solicitation process while ensuring that necessary qualifications and administrative requirements are clearly outlined for potential bidders.
    This document serves as Amendment 0003 to solicitation N6105425RCPR107, indicating a change in the place of performance for a federal contract related to the repair and alteration of vessels, specifically for the YT-807 Harbor Tug Boat at Yokosuka Naval Base. The document maintains the unchanged terms and conditions, while emphasizing that eligible contractors must hold an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy to bid. The period of performance is set from September 1, 2025, to March 20, 2026, with proposals due by July 9, 2025. Access to the detailed work specifications is restricted and can only be obtained through secure channels by requesting permission from the U.S. Government. This amendment aims to ensure transparency and compliance within the procurement process, reflecting the government's commitment to effective vessel maintenance operations while adhering to regulatory and organizational guidelines.
    The document outlines an amendment (0004) to a solicitation for the repair and alteration of the YT-807 Harbor Tug Boat at the Yokosuka Naval Base. The main purpose is to extend the proposal submission deadline from July 9, 2025, to July 23, 2025, while retaining all other terms and conditions. It includes responses to inquiries from potential contractors, specifying that work will occur at Dry Dock 2 and agreeing to the extension of the solicitation closing date. Key elements include instructions for proposal submission via the DoD Secure Access File Exchange (SAFE), emphasizing the importance of submitting proposals electronically and by the new due date. Offerors must certify they possess an active Master Agreement for Repair and Alteration of Vessels (MARAV), or undertake necessary steps to obtain one, to qualify for the contract. The document also outlines essential requirements for submissions, such as presenting past performance information and the necessary documentation demonstrating compliance with operating regulations in Japan. This process underlines the government’s commitment to engage qualified contractors while ensuring transparency in procurement and operational compliance.
    This document is an amendment (0005) to a federal solicitation pertaining to the overhaul of the vessel YT-807 at Dry Dock 2. It addresses several contractor inquiries regarding the scope of work, project scheduling, and logistical support. Notably, the solicitation closing date has been extended from July 9, 2025, to July 23, 2025. Key modifications include confirmation of base utilities available for the project and a request for further details on specific tasks that can be performed pier-side. The amendment also seeks clarification on required materials for the overhaul and encourages contractors to specify their scope and timeline for assistance. The government's responses emphasize the importance of collaboration and coordination to ensure the successful execution of the project. Overall, the document reflects the federal government's efforts to support contractors in aligning their capabilities with project requirements while ensuring compliance with the established timeline.
    This document addresses Amendment 0006 to the solicitation N6105425RCPR107, issued in response to contractor queries regarding the overhaul of YT-807 at Dry Dock 2. Key modifications include an extension of the solicitation closing date from July 9, 2025, to July 23, 2025, and confirmation of work locations and available utilities. The amendment outlines responses to several questions about project scope and requirements. Contractors expressed concerns about work limitations due to accessibility and availability of resources, seeking clearer definitions and potential removals of certain tasks from the statement of work (SOW). The government highlighted that hull cleaning should align with hull blasting and preservation tasks, providing necessary utilities. Further discussion focused on crane availability and tasks feasible within the dry dock context. The government indicated that Dry Dock 2 could be used until August 31, 2026, inviting feedback on whether this extension suits contractors' schedules. Overall, the amendment seeks to clarify expectations and ensure efficient execution of the contract terms while fostering collaboration among involved parties.
    The document is an amendment to a government solicitation, specifically designating the amendment as 0007 for the repair and alteration of the YT-807 Harbor Tug Boat. Key changes include a revision of the Statement of Work (SOW), and an extension of the proposal submission deadline to July 31, 2025, at 10:00 AM Japan Standard Time (JST). Eligible offerors must possess an active Master Agreement for Repair and Alteration of Vessels (MARAV), and a detailed proposal must be submitted electronically to the Navy by the revised deadline. The amendment provides guidance on accessing project specifications via DoD SAFE, which necessitates prior email requests for access. It outlines proposal components, including a price summary, past performance documentation, and applicable MSRA/ABR agreements. The solicitation aims at contractors authorized to operate in Japan, emphasizing compliance with specific regulations, and includes details on submission formats and requirements. Overall, the document serves to facilitate the bidding process for specific Navy-related repairs while ensuring compliance with federal procurement protocols.
    Amendment 0008 to solicitation N6105425RCPR107 reopens the solicitation and modifies the Period of Performance (POP) for the repair and alteration of the YT-807 Harbor Tug Boat. The POP has changed from September 1, 2025 – March 20, 2026, to September 22, 2025 – March 20, 2026. The solicitation due date has been extended to August 15, 2025, at 10:00 AM Japan Standard Time (JST). Offerors must acknowledge receipt of this amendment. Access to the work specification package (Attachment I) is available through DoD SAFE, requiring an email request to kazuo.takamura.ln@us.navy.mil by August 13, 2025, 10:00 AM JST. This solicitation is for sources authorized to operate in Japan, and firms without an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) are ineligible unless sufficient time exists for assessment and execution of the agreement.
    Amendment 0009 to solicitation N6105425RCPR107 modifies the Period of Performance (POP) for the YT-807 Harbor Tug Boat repair and maintenance from September 22, 2025, through March 20, 2026, to September 22, 2025, through August 31, 2026. This amendment, dated August 14, 2025, also updates relevant sections of the solicitation, including Section A (Solicitation/Contract Form), Section F (Deliveries or Performance), and Section J (List of Documents, Exhibits, and Other Attachments). Offerors must possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) or have sufficient time for assessment to be eligible for award. Proposals are due by August 15, 2025, at 10:00 AM JST, with access to work specifications via DoD SAFE requiring an email request by August 13, 2025, 10:00 AM JST.
    The document outlines a Request for Proposals (RFP) for the repair and alteration of the YT-807 Harbor Tug Boat, issued by NAVSUP Fleet Logistics Center Yokosuka. It establishes that the contract will be based on a Master Agreement for Repair and Alteration of Vessels (MARAV) and details the necessity for a firm fixed price job order under existing agreements for eligible contractors. Key requirements include a performance period from September 1, 2025, to March 20, 2026, with work performed at Yokosuka Naval Base and the contractor's facility. Proposals must be submitted by June 9, 2025, and access to the work specifications is controlled via a secure DOD platform, requiring applicants to email for access. The proposal must reflect an itemized cost breakdown and comply with strict quality assurance standards, including material compliance and reporting protocols for any discovered conditions during repairs. The document emphasizes the contractor's responsibility for coordinating government-furnished materials, ensuring compliance with occupational safety standards, and adhering to regulations regarding crane operation and rigging. This RFP reflects strong adherence to security and operational protocols while reinforcing the government's commitment to rigorous oversight and quality expectations in naval maintenance operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    Berthing and Messing Barge YRBM-57 Intermediate Maintenance Availability (IMAV)
    Buyer not available
    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.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    USS DEWEY (DDG-105) FY26 6C1 SRA(d) 38K4244119 S/A 92881K, Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Selected Repair Availability (SRA) of the USS DEWEY (DDG-105) at Yokosuka Naval Base, Japan, scheduled from March 30, 2026, to June 20, 2026. Eligible contractors 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 involves critical repair and maintenance tasks essential for the operational readiness of the naval vessel. Proposals must include detailed pricing and comply with extensive requirements related to quality management, safety, and security protocols, with a submission deadline set for December 17, 2025, at 10:00 AM Japan Standard Time. Interested parties should direct inquiries to Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil for further information.
    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 CNO SRA 38K4244102 S/A 98418K, 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 ship repair and alteration services for the USS DEWEY (DDG-105) during its Chief of Naval Operations Availability (CNO) from March 30, 2026, to June 20, 2026. The procurement involves comprehensive ship repair work, including overhaul, preservation, and replacement tasks, which are critical for maintaining the operational readiness of naval vessels. Interested contractors must possess an active U.S. Master Ship Repair Agreement or Agreement for Boat Repair and be authorized to operate in Japan, with proposals due by December 15, 2025, at 10:00 AM. For further inquiries, potential offerors can contact Kazuo Takamura at kazuo.takamura.ln@us.navy.mil or Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil.
    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.
    LCU-1651 DSRA 6B1 44pkg (svc)
    Buyer not available
    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.