USNS CARL BRASHEAR (T-AKE 7) ANNUAL LIFERAFT RECERTIFICATION
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 FLT LOG CTR YOKOSUKA, is soliciting proposals for the Annual Liferaft Recertification of the USNS CARL BRASHEAR (T-AKE 7). This requirement involves providing all labor, materials, tools, and equipment for the inspection, servicing, and testing of inflatable liferafts in accordance with the detailed Work Specification MSCOK 26-009 (Attachment J-1). The place of performance is Busan, South Korea, with liferafts picked up from and delivered to the MSCOK warehouse. Proposals are due by April 16, 2026, at 10:00 AM Korea Standard Time (KST).
Scope of Work
The contractor will perform comprehensive examination, testing, and repair of 16 Elliot 3RA1555-1, 25-man inflatable liferafts. All work must comply with SOLAS and USCG requirements, including specific references like IMO Resolution A.761(18) and 46 CFR §160.151-57. The servicing facility must be ABS and USCG approved, operated by authorized personnel. Key tasks include pressure leakage tests, seam checks, equipment inspection, inflation cylinder servicing, hydrostatic tests, and special tests for liferafts ten or more years old. Deliverables include newly certified liferafts and a Condition Report.
Contract Details
- Type: Solicitation (Firm Fixed Price)
- Period of Performance: May 1, 2026, to May 21, 2026
- Place of Performance: Busan, South Korea (MSCOK warehouse for logistics, servicing at approved facility)
- Set-Aside: None specified. This opportunity is intended only for sources duly authorized to operate and do business in S. Korea as prescribed by DFARS 252.225-7042. A 10% price evaluation preference will be applied to offers from HUBZone small business concerns.
- NAICS Code: 336611 (Small Business Size Standard: 1,300 employees)
Submission & Evaluation
Proposals must be submitted by April 16, 2026, 10:00 AM KST. Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology, considering acceptable past performance. Key evaluation factors are:
- Price: Offerors must submit an itemized price breakdown using Attachment J-2.
- Technical Acceptability: Evaluated based on total proposed labor hours and material costs.
- Past Performance: Assessed from government records, submitted information, and other relevant sources from the past three years.
Special Requirements & Attachments
- Eligibility: Offerors must be authorized to operate in South Korea. Foreign entities may need to complete IRS Form W-14 (Attachment J-4).
- Certifications: Contractor must provide an OEM qualification letter, training certificate, and ABS Certificate # before starting work.
- Components: Replacement of Painter system, Weak link, and Hydrostatic Release Unit with USCG and SOLAS approved components is required.
- Coordination: Testing coordination with OMT REP, ABS, and USCG Surveyors is mandatory.
- Attachments: J-1 (Work Specification), J-2 (Contractor Price Breakdown), J-3 (Contractor Data Sheet for Past Performance), J-4 (IRS Form W-14).
Contact Information
For clarifications, contact HyonTong Yang (Rio) at hyon.t.yang2.ln@us.navy.mil or 825033638719.