6A1 Corrective Maintenance for Puget Sound Naval Shipyard (PSNS) Barge YR-85 and YR-95
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 (NAVSUP FLCY), is soliciting proposals for Corrective Maintenance for Puget Sound Naval Shipyard (PSNS) Barges YR-85 and YR-95. This opportunity requires contractors to possess an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and be authorized to operate in Japan. Award will be a Firm Fixed Price (FFP) job order under an existing MARAV. Proposals are due June 10, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
This requirement covers a range of corrective maintenance tasks for the YR-85 and YR-95 barges. Specific work items detailed in various Task Group Instructions (TGIs) include:
- Repair of watertight hatches.
- Conversion of port side areas to muster spaces.
- Replacement of duct heaters.
- HVAC modifications.
- Installation of equipment such as foot shear machines, box and pan brakes.
- Repair of structural members and replacement of studs.
- Installation of patches related to pipe removal.
- Compliance with NAVSEA Standard Items (NSIs) and SRF-JRMC Local Standard Items (LSIs).
Contract Details & Eligibility
- Contract Type: Firm Fixed Price (FFP) Single Award job order under an existing Master Agreement for Repair and Alteration of Vessels (MARAV).
- Period of Performance: July 21, 2026, to October 15, 2026.
- Place of Performance: Yokosuka Naval Base, Japan.
- Eligibility: Offerors must possess an active U.S. Navy MSRA/ABR as a Prime Contractor and be duly authorized to operate and do business in Japan. Non-MSRA/ABR holders are ineligible for award, and the certification process can take up to a year.
- Set-Aside: No socio-economic set-asides will be used for this acquisition.
Submission Requirements & Deadlines
- Work Specification Access: Request access to Attachment (I) Work Specification(s) via DoD SAFE by June 03, 2026, at 10:00 AM JST by emailing eri.akiyama.ln@us.navy.mil and junko.nishio3.ln@us.navy.mil. Access is available for 14 days once sent.
- Questions Due: June 03, 2026, at 10:00 AM JST, using Attachment (III) Request for Information form.
- Proposal Due: June 10, 2026, at 10:00 AM JST.
- Proposal Validity: 90 days.
- Pricing: Proposals must include an itemized breakdown using Attachment (II) Price Proposal Form, with costs in JPY.
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Proposals will be evaluated for Price, Technical Acceptability, Past Performance (within the last three years), and Responsibility. The Government intends to award without discussions but reserves the right to conduct them.
Key Documents & Notes
Required deliverables include a semi-annual Government Furnished Material (GFM) Inventory Report (CDRL A002) and an Integrated Program Management Report (IPMR) (CDRL A001). The Quality Assurance Surveillance Plan (QASP) (Attachment VII) details how contractor performance will be monitored and evaluated. Offerors must acknowledge all amendments and be registered in SAM.gov.