WESTPAC IDIQ Industry Day
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR YOKOSUKAFPO, AP, 96349-1500, USA
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVSUP FLCY Site Singapore, is hosting the WESTPAC IDIQ Industry Day to inform industry contractors about an upcoming Indefinite Delivery Indefinite Quantity (IDIQ) contract for noncommercial ship repair services. This contract will encompass Lead Maintenance Activity (LMA), Emergent Maintenance (EM), and Continuous Maintenance (CM) services, with a contract period anticipated from January 1, 2027, to December 31, 2031, including a two-year base period and three one-year option periods. The mission aims to establish a Singapore-based LMA business unit to efficiently address ship repair needs within the SEVENTH Fleet Area of Responsibility (AOR). Interested contractors can direct inquiries to Cony Ng at cony.w.ng.ln@us.navy.mil or Emily Seratch at emily.r.seratch.civ@us.navy.mil, with further details and updates available on Sam.gov.

    Files
    Title
    Posted
    The provided document lists numerous companies across various countries in Asia and Australia, categorized under either MSRA (Master Ship Repair Agreement) or ABR (Agreement for Boat Repair). The countries include India, Japan, Korea, Philippines, Singapore, Sri Lanka, Thailand, Australia, and Guam. Each company is associated with a specific location, often a city or shipyard. The extensive list suggests that this document serves as a directory of approved or recognized ship repair and boat repair facilities within the Indo-Pacific region, likely for government contracts, maintenance, or logistical planning. This kind of information is crucial for federal government RFPs, grants, or state/local RFPs related to naval operations, maritime logistics, or defense procurement, as it identifies potential contractors or partners for repair and maintenance services.
    The document details two "WESTPAC IDIQ INDUSTRY DAY" events held in September 2025. The first event took place on September 12, 2025, in San Diego, CA, with a list of 12 attending companies including ARMADA Parent, Inc., Austal USA LLC, and BAE Systems San Diego Ship Repair. The second event occurred on September 26, 2025, in Singapore, with a larger attendance of 20 companies, featuring international participants such as Austal Ships Pty Ltd Australia, Hanwha Ocean Co Ltd, and Mitsubishi Heavy Industries, Ltd, in addition to some attendees from the first event. These industry days serve as platforms for engagement between the government and various companies, likely pertaining to the Western Pacific Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for defense or maritime-related services, indicating a focus on fostering partnerships for future government projects in the region.
    This document addresses contractor questions regarding an upcoming government solicitation, clarifying various operational and logistical requirements. Key points include the contractor's responsibility for vehicle/equipment ownership, base access credentialing on a case-by-case basis, and the potential for managing ship dockings, excluding MSC ships. Security clearances will be position-specific, requiring US citizenship for certain roles. The government will sponsor full-time Singapore-based LMA team members with Foreign Identification Numbers (FINs), exempting them from visas and income taxes, but not for sub-contractors or benefits like car programs. Contractors must maintain minimum CFM inventory on-site in Singapore and arrange their own support and warehouse space in Guam and Japan. All LMA team capabilities, including engineering, must be based in Singapore. Alternate locations are not required to be US-manned or meet all NAVSEA security requirements. Teaming arrangements must align with FAR 9.601(2), with details provided in the solicitation. The government will not provide an approved supplier list, and all availabilities will adhere to NAVSEA Standard Items without exception.
    The WESTPAC IDIQ Industry Day Conference, held on September 26, 2025, by NAVSUP FLCY Site Singapore & SRF DET Singapore, provided industry contractors with information on an upcoming Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract will be a single-award, firm-fixed-price (FFP) for noncommercial ship repair services, including Lead Maintenance Activity (LMA), Emergent Maintenance (EM), and Continuous Maintenance (CM), with a cost-reimbursable component for travel. The contract period is anticipated to be from January 1, 2027, to December 31, 2031, consisting of a two-year base period and three one-year option periods. The proposed source selection will be "Best Value" trade-off, evaluating factors such as Management Approach, Technical Approach, In-Theater Teaming Arrangement Approach, Past Performance, and Sample Problem. The mission is to establish a Singapore-based LMA business unit of a CONUS-based ship repair contractor with in-theater teaming agreements to rapidly accomplish ship repair requirements within the SEVENTH Fleet AOR. All formal questions are to be submitted via email to the contract specialists Emily Seratch, Cony Ng, and Andrew Young, as detailed in the Sam.gov Announcement, with all related documents and Q&A posted to Sam.gov.
    Lifecycle
    Title
    Type
    WESTPAC IDIQ Industry Day
    Currently viewing
    Special Notice
    Similar Opportunities
    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.
    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 WICHITA (LCS 13) FY26 DSRA AND USS THOMAS HUDNER (DDG 116) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS WICHITA (LCS 13) and USS THOMAS HUDNER (DDG 116). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair on these naval vessels, with the contracts expected to be awarded as two separate Firm-Fixed-Price agreements. The solicitation is open to qualified offerors on the East Coast, with a focus on ensuring adequate competition, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. Proposals are due by December 5, 2025, and inquiries can be directed to Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Paul Kang at paul.k.kang.civ@us.navy.mil.
    USS EMORY S. LAND ROH/DD FY26
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USS EMORY S. LAND ROH/DD FY26, which involves repair and maintenance services for the vessel. This procurement is focused on non-nuclear ship repair, aligning with the NAICS code 336611, and aims to ensure the operational readiness and longevity of the ship through comprehensive repair services. The successful contractor will play a crucial role in maintaining the Navy's fleet capabilities, which are vital for national defense. Interested parties should reach out to Colin Edick at colin.j.edick.civ@us.navy.mil or call 564-226-1232 for further details regarding the solicitation process.
    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.
    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) 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, overhaul, preservation, and replacement work, encompassing twenty-two Task Group Instructions (TGIs) that adhere to NAVSEA and SRF-JRMC standards. This contract is critical for maintaining the operational readiness of the USS DEWEY and ensuring compliance with safety and security regulations during the repair process. Proposals are due by January 8, 2026, at 10:00 AM, and interested parties should submit their proposals to Takayo Shiba via email at takayo.shiba.ln@us.navy.mil. The period of performance for the contract is set from March 30, 2026, to September 7, 2026.
    25-52-0196 L3 IDIQ PoP Extension
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to extend the Period of Performance for Contract N6449820D0001, which supports the servicing of Ship Wide Area Networks (SWAN). This extension will prolong the contract from March 10, 2027, to March 10, 2030, with L3 Technologies identified as the sole responsible source capable of fulfilling the Navy's requirements for this effort. The services provided under this contract are critical for maintaining the operational integrity of naval communication systems. Interested parties can reach out to Melissa Ford at melissa.e.ford3.civ@us.navy.mil for further information regarding this procurement.
    2-Year LTC Renewal (CAGE 99251)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a two-year Indefinite Quantity Contract (Solicitation N00383-25-R-P701) focused on the repair and modification of LX, E-2, and AV-8 aircraft system components. The contractor will be responsible for providing all necessary labor, materials, and facilities for repairs, adhering to specified manuals and statements of work, while also managing various repair scenarios including items deemed Beyond Physical Repair (BPR) and Beyond Economical Repair (BER). This contract is critical for maintaining the operational readiness of military aircraft, ensuring compliance with rigorous government regulations, including FAR and DFARS clauses. Interested parties can contact Kristin Clemens at KRISTIN.CLEMENS2.CIV@US.NAVY.MIL or by telephone at 771-229-0403 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.
    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.