USNS WALLY SCHIRRA (T-AKE 8) VRA KR
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 FLT LOG CTR YOKOSUKA is soliciting proposals for Voyage Repair Availability (VRA) services for the USNS WALLY SCHIRRA (T-AKE 8) in Chinhae, South Korea. This Firm Fixed-Price contract requires comprehensive repair and maintenance work as detailed in the Work Specification MSCOK 26-008. Proposals are due March 24, 2026, at 10:00 AM KST.
Scope of Work
The contractor shall provide all labor, material, tools, and equipment to accomplish the VRA. This includes general services, hull and structural repairs (e.g., Solid Cargo Deck Non-Skid, Sounding Tube Cap Repair), communication and navigation system work (e.g., Pilothouse Windows), auxiliary machinery maintenance (e.g., AC No. 3 Troubleshoot and Repair), and habitability outfitting. An amendment (0001) clarified specific aspects of Work Items 0117 and 0501.
Contract & Timeline
- Type: Firm Fixed Price
- Period of Performance: April 1, 2026, to April 14, 2026
- Eligibility: Restricted to sources duly authorized to operate and do business in S. Korea (DFARS 252.225-7042). The NAICS code is 336611 with a 1,300-employee size standard. A HUBZone Price Evaluation Preference applies.
- Proposal Due: March 24, 2026, 10:00 AM Korea Standard Time (KST)
- Published: March 3, 2026 (Amendment 0001)
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology, considering Price, Technical Acceptability (labor hours and material costs), and Past Performance. Unrealistic proposals may be deemed technically unacceptable. Offerors must submit proposals electronically via email.
Attachments & Notes
Key attachments include J-1 (Work Specification), J-2 (Contractor Price Breakdown), J-3 (Contractor Performance Data Sheet), and J-4 (IRS Form W-14). The IRS Form W-14 is crucial for foreign entities to claim tax exemptions. Offerors must provide Past Performance Information for up to three recently completed contracts. Growth Work (CLIN 0002) is pre-funded at 20% of CLIN 0001.