USS MILIUS (DDG 69) 6J1 SIA Bundle# 1, 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, through NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY), is soliciting proposals for repair and maintenance services for the USS MILIUS (DDG-69) 6J1 Surface Incremental Availability (SIA) Bundle# 1 in Yokosuka, Japan. This is a Firm Fixed-Price job order under an existing Master Agreement for Repair and Alteration of Vessels (MARAV). Proposals are due April 9, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
The contractor will perform a comprehensive package of repair and maintenance work items as detailed in Attachment (I) Work Specifications for various Task Group Instructions (TGIs). Key tasks include, but are not limited to, replacing VCHT piping, sewage system maintenance, and providing AIT support. The work involves managing both Government Furnished Material (GFM) and Contractor Furnished Material (CFM), and adherence to NAVSEA Standard Items (NSIs) and SRF-JRMC Local Standard Items (LSIs) for FY26. An integrated production schedule is required. Amendment 0003 clarified scaffolding requirements for specific piping work.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP) job order under a MARAV.
- Period of Performance: May 25, 2026, through August 13, 2026. (Note: Amendment 0001 indicated specific TGIs may have a shorter, expedited POP, aiming for July 10, 2026, as "emergency work").
- Place of Performance: Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Yokosuka, Japan.
- Award Currency: Japanese Yen (JPY).
- Proposal Due: April 9, 2026, at 10:00 AM JST.
- Published: March 24, 2026 (latest amendment).
Eligibility & Set-Aside
This solicitation is open only to sources duly authorized to operate and do business in Japan as prescribed by DFARS 225.1103(3). Firms must also possess an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR). No specific set-aside designation is provided in the metadata, though "HUBZone preference applies" was noted in the original solicitation.
Evaluation
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Proposals will be evaluated on Price, Technical Acceptability, and Past Performance. An "Acceptable" rating is required for all non-price factors. The government intends to award without discussions, so offerors should submit their best and final offer.
Key Documents & Actions
- Price Proposal Form (revised): Attachment II is critical for detailed pricing of labor, materials, and Other Direct Costs (ODCs) for each TGI and CLIN. Amendment 0002 adjusted the Growth CLIN (CLIN 0002) percentage to 13.86%.
- Quality Assurance Surveillance Plan (QASP): Attachment VII outlines the Government's performance criteria, surveillance methods (e.g., direct observation, documentation verification), and evaluation ratings.
- Government Furnished Property (GFP): Attachment IV lists 107 items provided by the government, impacting proposal planning.
- Work Specifications (Attachment I): References for these work items must be requested via email to Kumi Matsumoto or Peter Arrieta.
- Amendments: Offerors must review Amendments 0001, 0002, and 0003 for updates to POP, new TGIs, revised pricing forms, and clarifications.