USS HIGGINS (DDG-76) FY26 6C1 SRA BUNDLE 2, Yokosuka Japan
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for Surface Restricted Availability (SRA) services for the USS HIGGINS (DDG-76) during its FY26 6C1 SRA Bundle 2. This is a Firm Fixed-Price (FFP) job order under an existing Master Agreement for Repair and Alteration of Vessels (MARAV). The opportunity is open only to firms authorized to operate in Japan and possessing an active U.S. Navy MSRA/ABR as a Prime Contractor. Proposals are due April 10, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
The contractor will perform repair and maintenance work items detailed in Attachment (I) Work Specification(s) for Task Group Instructions (TGIs). This includes, but is not limited to, inspection, repair, and preservation of various ship components such as bilge areas, Gas Turbine Generator (GTG) foundations, Halon Fire Extinguisher systems, Potable Water Tanks, Vacuum Collection Holding Tank (VCHT) Rooms, Sewage Collection Tanks, deck plates, cofferdams, and nonskid systems. The work requires adherence to applicable NAVSEA Standard Items (NSIs) and SRF-JRMC Local Standard Items (LSIs). The contractor is responsible for comprehensive management, scheduling, testing, quality assurance, and technical documentation.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) job order under a MARAV.
- Period of Performance: June 29, 2026, to February 8, 2027.
- Place of Performance: Government Facility (Yokosuka Naval Base, Japan).
- Set-Aside: None (No socio-economic set-asides will be used).
- Eligibility: Active U.S. Navy MSRA/ABR Prime Contractor and authorized to operate and do business in Japan (per DFARS 252.225-7042). Non-MSRA/ABR holders may apply for certification, but the process can take up to one year.
Submission & Evaluation
- Proposal Due Date: April 10, 2026, 10:00 AM JST.
- Work Specification Access: Offerors must request access to Attachment (I) (work specification package) via email to kazuya.iwanaga.ln@us.navy.mil and ai.gillard.ln@us.navy.mil by March 20, 2026, 10:00 AM JST. Access is provided through DoD SAFE and is valid for 14 days.
- Proposal Requirements: Proposals must specify any hazardous material and anticipated sea transportation. Offerors must use Attachment II (Price Proposal Form) for an itemized breakdown, with pricing in Japanese Yen (JPY). All amendments must be acknowledged.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Proposals will be evaluated for Technical Acceptability, Past Performance, and Responsibility. An "Acceptable" rating in all non-price factors is required. Proposals should remain valid for 90 days.
Key Updates (Amendment 0001)
Amendment 0001, issued April 3, 2026, revised Section C-3.1 to mandate exclusive electronic submission of Condition Found Reports (CFRs) to SRF-JRMC. It also added Exhibit (B) Contract Data Requirements List (CDRL) for Government Furnished Material (GFM) to Section J.
Contacts
For questions, contact Kazuya Iwanaga (kazuya.iwanaga.ln@us.navy.mil) or Ai Gillard (ai.gillard.ln@us.navy.mil).