TEMPORARY STOWAGE CONTAINER FOR DC EQUIPMENT; PROVIDE

SOL #: N6264926QE006Solicitation

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

Commercial Air (532411)

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
Feb 4, 2026
2
Last Updated
Feb 6, 2026
3
Submission Deadline
Mar 5, 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 the provision of a Temporary Stowage Container for Damage Control (DC) Equipment for the USS NEW ORLEANS (LPD-18) in Sasebo, Japan. This is a Firm-Fixed-Price opportunity, not a small business set-aside, and requires firms to possess a current Master Agreement for Repair and Alteration of Vessels (MARAV). Proposals are due March 5, 2026.

Scope of Work

This requirement is for one (1) lockable, weatherproof metal storage container (CONEX) with dimensions of 20 Feet by 8 Feet by 8 Feet (1280 cubic feet capacity). The container must include 160 square feet of floor space, 200 square feet of shelving, and meet local fire prevention codes. Key features include 5 sets of keys, a fully charged 15-pound CO2 fire extinguisher, 28 foot-candles minimum of explosive-proof lighting, one non-sparking electric exhaust vent fan, and one 115 VAC, 15-amp power receptacle. The container must have a minimum ceiling height of 7 feet and a floor load limit of at least 100 pounds per square foot. It must be located within 500 feet of the USS NEW ORLEANS (LPD-18) and available 5 days prior to the vessel's availability. The container will be removed upon notification. This temporary storage is needed due to deck work being performed in Repair Two.

Contract & Timeline

  • Type: Firm-Fixed-Price job order under an existing Master Agreement for Repair and Alteration of Vessels (MARAV) (MSRA or ABR).
  • Set-Aside: None (Not a small business set-aside).
  • Eligibility: Restricted to firms with a current MARAV with the U.S. Navy (NAVSUP FLCY). Firms without a MARAV are ineligible unless there is adequate time for the Navy to process an application. Application packages can be requested from flcy_msra_abr_group@us.navy.mil.
  • Anticipated Award Date: March 13, 2026.
  • Period of Performance: April 7, 2026, to June 30, 2026.
  • Production Completion Date: June 5, 2026.
  • Currency: Japanese Yen (JPY) for payment.
  • Proposal Due: March 5, 2026 (as amended).

Evaluation

Award will be based on the lowest total price.

Additional Notes

This solicitation was amended (Amendment 0001) to change the response due date from March 23, 2026, to March 5, 2026. Offerors must submit a signed copy of any amendments with their proposals. Contact Jason Rankin at jason.m.rankin6.civ@us.navy.mil for inquiries.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Feb 6, 2026
Version 1
Solicitation
Posted: Feb 4, 2026
View
TEMPORARY STOWAGE CONTAINER FOR DC EQUIPMENT; PROVIDE | GovScope