USS RAFAEL PERALTA (DDG-115) FY26 SIA BUNDLE #1

SOL #: N6264926RA036Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR YOKOSUKA
FPO, AP, 96349-1500, United States

Place of Performance

Yokosuka, JP-14, Japan

NAICS

Ship Building and Repairing (336611)

PSC

Non Nuclear Ship Repair (West) Ship Repair (Including Overhauls And Conversions) Performed On. Non Nuclear Propelled And Nonpropelled Ships West Of The 108th Meridian (J999)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 18, 2026
2
Last Updated
Apr 3, 2026
3
Submission Deadline
May 4, 2026, 1:00 AM

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 FLC Yokosuka, is soliciting proposals for ship repair, maintenance, and overhaul services for the USS RAFAEL PERALTA (DDG-115) during its FY26 Surface Incremental Availability (SIA) Bundle #1. This is a Firm Fixed-Price (FFP) Single Award opportunity under an existing Master Agreement for Repair and Alteration of Vessels (MARAV). Proposals are due May 4, 2026, 10:00 AM JST.

Scope of Work

This requirement encompasses thirty-one (31) Task Group Instructions (TGIs) for various ship repair, overhaul, preservation, and replacement tasks. The work primarily focuses on tanks but also includes structural, mechanical, electrical, and habitability systems. Specific tasks detailed in accompanying documents include:

  • Installation and removal of scaffolding for various ship areas (e.g., Freeboard Weather, AS-3851/SPY-1D Ant Array, countermeasure washdown system piping).
  • Preservation and replacement of nonskid systems on decks and platforms (e.g., 02 Level Weather, Aft CIWS).
  • Repair and preservation of vent hoods, weather screens, exhaust stacks, bulkheads, and deck plating.
  • Replacement of watertight doors and repair of associated components.
  • Dewatering of Fuel Tank Group-5 and Group-6.
  • Repair of FWD Uptake Space, including insulation, studs, and welding.
  • Installation of bonding straps and placards for Gas Turbine Modules (GTM) and Gas Turbine Generators (GTG) intakes.
  • Replacement of rope staples on life raft cradles.
  • Provision of temporary utility services and enclosures. The contractor is responsible for all labor, subcontractor management, supervision, coordination, quality control, safety, environmental management, material, equipment, temporary services, and transportation. A Growth CLIN will be implemented for anticipated Condition Found Reports (CFRs).

Contract Details

  • Contract Type: Firm Fixed-Price (FFP) Single Award, issued under an existing MARAV.
  • Period of Performance: July 18, 2026, to September 20, 2026.
  • Place of Performance: Yokosuka Naval Base, Japan.
  • Award Currency: Japanese Yen (JPY).
  • CLINs: Includes a base work requirement (CLIN 0001) and a Growth Work CLIN (CLIN 0002) anticipated at 8.84% of CLIN 0001.

Eligibility & Set-Aside

There are no socio-economic set-asides for this acquisition. Offerors must possess an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) as a Prime Contractor. Additionally, firms must be duly authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042. Firms not meeting these criteria are ineligible for award; the MSRA/ABR certification process can take up to a year.

Evaluation Factors

Proposals will be evaluated on Technical (Acceptable/Unacceptable), Past Performance, and Price. The Technical factor is pass/fail. Past Performance is considered significantly more important than Price. Award will be made to the responsible Offeror providing the best value to the Government.

Key Deadlines & Submission Requirements

  • Request Access to Work Specifications (Attachment I): Email miwa.takahashi2.ln@us.navy.mil and ai.gillard.ln@us.navy.mil by April 27, 2026, 10:00 AM JST. Access is provided via DoD SAFE and is valid for 14 days.
  • Proposal Submission Deadline: May 4, 2026, 10:00 AM JST.
  • Proposal Validity: 90 days.
  • Pricing: Utilize the "Attachment II Proposal Sheet Generator v1.2.xlsx" for submitting pricing.
  • Hazardous Material/Sea Transportation: Specify any hazardous material (FAR 52.223-3) and anticipated sea transportation (DFARS 252.247-7022) in your proposal.
  • Government Furnished Property (GFP): Review "Attachment IV DDG-115_BUNDLE1_GFP_List.xlsx" and be aware of GFM reporting requirements outlined in "Exhibit A CDRL - GFM.pdf".
  • Quality Assurance: Familiarize yourself with the "Attachment VII QSAP.pdf" for performance expectations.

People

Points of Contact

Miwa TakahashiPRIMARY
Ai Gillard Contracting OfficerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Apr 3, 2026
Version 1
Pre-Solicitation
Posted: Mar 18, 2026
View
USS RAFAEL PERALTA (DDG-115) FY26 SIA BUNDLE #1 | GovScope