Regular Overhaul (ROH) for USNS RICHARD E BRYD (T-AKE 4) in the Indo-Pacific Region
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 (FLCY) Site Singapore, has issued a competitive solicitation for the Regular Overhaul (ROH) without Dry-dock Availability of the USNS RICHARD E. BYRD (T-AKE 4). This opportunity is designated as a Total Small Business Set-Aside. The period of performance is from April 6, 2026, to June 4, 2026, with options extending to June 19, 2026. The place of performance is within the U.S. 7th Fleet Area of Responsibility (AOR), excluding India. Proposals are due by March 13, 2026, at 10:00 AM Singapore Standard Time.
Scope of Work
This solicitation requires comprehensive planning, document preparation, engineering, procurement, prefabrication, and shipyard production work to accomplish repairs, alterations, and maintenance for the USNS RICHARD E. BYRD (T-AKE 4). Key deliverables include:
- Regular Overhaul (ROH) without Dry-Dock.
- Physical Security (Option Line Items).
- Continuation of Services (Option Line Item).
- Growth Work (Time and Material CLINs).
- Compliance with occupational and health standards for shipyard employment (29 CFR 1915).
- Adherence to quality control procedures and stringent configuration control.
- Management, procurement, production, testing, and technical capability.
- Compliance with all security requirements (DD Form 254).
The detailed repair and maintenance package is specified in SSU SN 26-001. Work item references are available via DoD SAFE upon request to the point of contact.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) with Time and Material (T&M) CLINs.
- Award Type: Single award.
- Period of Performance: April 6, 2026 – June 4, 2026 (Options: June 5 – June 19, 2026).
- Place of Performance: U.S. 7th Fleet Area of Responsibility (AOR), excluding India.
- Set-Aside: Total Small Business Set-Aside (FAR 52.219-6 applies). If two or more responsible small businesses submit competitive offers, other offers will not be considered.
- Governing Regulations: Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Navy Marine Corps Acquisition Regulation Supplement (NMCARS).
Submission & Evaluation
- Proposal Due Date: March 13, 2026, at 10:00 AM Singapore Standard Time.
- Submission Method: Electronically. Offerors must be registered in SAM.gov to be eligible for award.
- Evaluation Factors: Proposals will be evaluated based on:
- Price: Lowest Total Price. T&M CLINs will be evaluated for reasonableness using FAR 15.404-1 procedures.
- Technical: Understanding the Work Item Package, Ability to Perform the Work Item Package, and Management Control and Quality Assurance.
- Past Performance.
Amendments & Clarifications
This solicitation has undergone multiple amendments (0001 through 0008), which have provided clarifications to offerors' questions, updated the period of performance, extended the submission deadline, and revised sections related to pricing and evaluation. Offerors must review all amendments to ensure their proposals are compliant with the latest requirements.