USS HOWARD (DDG83) FY26 6A01 NON-SKID WORK
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, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for non-skid work on the USS HOWARD (DDG83). This opportunity involves ship repair, overhaul, preservation, and replacement work, specifically the non-skid system. The contract will be a Firm Fixed-Price Job Order under an existing Master Agreement for Repair and Alteration of Vessels (MARAV). Proposals are due April 3, 2026, at 10:00 AM JST.
Scope of Work
The work comprises three Task Group Instructions (TGIs) focused on replacing the non-skid system on the USS HOWARD (DDG83). Specific areas include the "01 Level Mid Ship Area Port" and "02 Level Weather, Frames between 316 and 333, Port and Starboard." The scope also includes installation and removal of scaffolding, compliance with NAVSEA Standard Items (NSIs) and SRF-JRMC Local Standard Items (LSIs), adherence to occupational health standards (29 CFR 1915), and management of Government Furnished Material (GFM) and Contractor Furnished Material (CFM). Offerors must submit an integrated production schedule, identify "Condition Found" work, and comply with security clearances, OPSEC, and Japanese customs/tax regulations.
Contract Details & Eligibility
- Contract Type: Firm Fixed-Price Job Order under an existing MARAV.
- Period of Performance: May 18, 2026, through June 22, 2026.
- Place of Performance: Aboard the USS HOWARD (DDG83) at Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Japan.
- Eligibility: This solicitation is exclusively for sources duly authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042. Firms must possess an active U.S. Navy MSRA/ABR as a Prime Contractor or demonstrate a plan to obtain certification. The MSRA/ABR certification process can take up to a year.
- Product Service Code: J999 (Non Nuclear Ship Repair).
Submission & Evaluation
Proposals must be submitted electronically via email to Takayo Shiba (takayo.shiba.ln@us.navy.mil). Offerors must specify any hazardous material in accordance with FAR 52.223-3 and DFARS 252.223-7001, and indicate anticipated sea transportation per DFARS 252.247-7022. Amendments must be acknowledged.
- Proposal Due: April 3, 2026, 10:00 AM JST.
- Questions Due: March 30, 2026, 10:00 AM JST. An "Attachment IV: Pre-Proposal Inquiry (PPI)" form is available for submitting questions.
- Evaluation: Award will be made to the responsible, technically acceptable offeror with the lowest evaluated price. Technical acceptability requires meeting minimum requirements and demonstrating understanding of the scope of work.
- References: Work items and the Price Proposal Form will be provided via DoD Safe; requests for access should be emailed to Takayo Shiba or Peter Arrieta.
Amendment
Amendment 0001, posted April 1, 2026, modifies Section C-3.1 by removing the phrase "hard copy or."