LCU-1651 DSRA 6B1 44pkg (svc)

SOL #: N6264926R0025Solicitation

Overview

Buyer

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

Place of Performance

Sasebo, JP-42, 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
Nov 21, 2025
2
Last Updated
Dec 3, 2025
3
Submission Deadline
Jan 30, 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 FLT LOG CTR YOKOSUKA, is soliciting proposals for a Firm-Fixed-Price job order for LCU-1651 DSRA 6B1 44pkg (svc) and associated Growth Work. This requirement involves ship repair services for the LCU-1651 vessel, to be performed in Sasebo, Japan. Eligibility is restricted to firms possessing a current Master Agreement for Repair and Alteration of Vessels (MARAV). The response due date has been extended to January 30, 2026, at 10:00 AM (JST).

Scope of Work

This solicitation requires contractors to accomplish work requirements for forty-four Industrial Control Numbers (ICNs) as detailed in Section J, Attachment (1). Additionally, contractors will perform "Growth Work" necessary to accommodate anticipated growth for the LCU-1651, as outlined in Section H-6.0.

Contract & Timeline

  • Type: Firm-Fixed-Price (FFP) job order under a Master Agreement for Repair and Alteration of Vessels (MARAV).
  • Period of Performance: February 2, 2026, to January 15, 2027.
  • Estimated Value: A "Growth CLIN" (CLIN 0002) is pre-funded for approximately 2,600 man-hours and $220,304.64 in materials.
  • Eligibility: Restricted to firms with a current MARAV. Firms without a MARAV may be considered if there is adequate time for assessment and agreement execution.
  • Response Due: January 30, 2026, at 10:00 AM (JST).
  • Published: December 3, 2025 (Amendment date).

Evaluation

Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Key evaluation factors include Price and Past Performance. To be eligible for award, Offerors must demonstrate a fair and reasonable price, an "Acceptable" past performance rating, and be determined responsible. The Government intends to award without discussions, urging Offerors to submit their best offer initially.

Amendment Details

Amendment 0001, posted December 3, 2025, made the following changes:

  • Extended the offer due date from January 5, 2026, to January 30, 2026, at 10:00 AM (JST).
  • Deleted CDRL A009 ("Fire Safety Council") and renumbered CDRL A010 ("KTR Deficiency Reporting") to A009.
  • Modified Clause 252.225-7025 ("Restriction on Acquisition of Forgings"), changing its date from December 2009 to November 2009.

Additional Notes

The work will be performed at Sasebo, Japan. Specific details regarding work specifications, proposal breakdown, and other attachments are listed in Section J.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Dec 3, 2025
Version 3
Solicitation
Posted: Dec 2, 2025
View
Version 2
Solicitation
Posted: Dec 2, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Nov 21, 2025
View