USS JOHN FINN (DDG-113) FY26 6J1 CNO BUNDLE #1, Chief of Naval Operation Availability 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 the USS JOHN FINN (DDG-113) FY26 6J1 Chief of Naval Operation Availability Bundle #1. This opportunity involves comprehensive ship repair, overhaul, preservation, and replacement work through twelve (12) Task Group Instructions (TGIs) at Yokosuka Naval Base, Japan. Proposals are due March 29, 2026.
Scope of Work
The contract encompasses a wide range of ship repair and maintenance tasks for the USS JOHN FINN (DDG-113). Key work areas include:
- Preservation: Structural surfaces in various intake trunks (e.g., No. 1B GTM, No. 1 SSGTG, IRS Eductor Secondary Air Inlet, No. 3 GTG), superstructure, and platforms.
- Nonskid Replacement: Peel and stick nonskid systems on various deck platings (e.g., FWD 02 Level, 03/04/05 Level Weather).
- Piping Replacement: Fuel oil fill piping and associated components.
- Temporary Services: Installation and removal of temporary containment enclosures, life rails, bridges, and scaffolding for Ship's Force work.
- Other Tasks: Fabrication of BERP (Boiler Equipment Repair Parts) and addressing "Condition Found" reports.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Single Award.
- Period of Performance: April 20, 2026, through June 22, 2026.
- Place of Performance: Yokosuka Naval Base, Yokosuka, JAPAN.
- Set-Aside: None specified.
- Eligibility: Firms must hold an active U.S. Master Agreement for Repair and Alteration of Vessels (MSRA/ABR) or expect to complete certification prior to award. Offerors must also be duly authorized to operate and do business in Japan.
- Evaluation: Lowest Price Technically Acceptable (LPTA). Proposals require an "Acceptable" rating in all non-price factors. The government intends to award without discussions.
Key Amendments & Clarifications
Multiple amendments have been issued, extending the proposal due date and clarifying requirements:
- Proposal Due Date: Extended multiple times, with the latest indicated as March 29, 2026.
- Hot Work Authorization: The government is considering allowing hot work until midnight (24:00), with project team approval, for which a memorandum (300-23-224) outlines the authorization process for after-hours hot work.
- Period of Performance: Confirmed to be April 20, 2026, to June 22, 2026, with no further extensions beyond June 15, 2026, for Task Group Integrations (TGIs).
- Eligibility: Section A language has been updated regarding eligibility for bidding, emphasizing the MSRA/ABR and Japan operating authorization requirements.
- Government Furnished Material (GFM): Availability for BERP fabrication is contingent on contract status.
Submission Requirements
- Proposals must be submitted using Attachment (II) Price Proposal Form (Excel spreadsheet) for itemized pricing across twelve CLINs/KWIs.
- Bidders must review Attachment (IV) GFP_List_V3.xlsx for Government Furnished Property.
- The Quality Assurance Surveillance Plan (QASP), Attachment (VII), details performance monitoring and evaluation criteria.
- Questions must be submitted using Attachment (III) Request for Information Form.
- Offerors must acknowledge all amendments in their proposals.
Contacts
- Primary: Kazuo Takamura (Kazuo.Takamura.ln@us.navy.mil, 0081468166187)
- Secondary: Ai Gillard (ai.gillard.ln@us.navy.mil, 01181468168385)