USNS YUKON (T-AO 202) FY26 Regular Overhaul/Dry-dock Availability
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 NAVSUP Fleet Logistics Center Yokosuka (FLCY) Site Singapore is soliciting competitive proposals for the USNS YUKON (T-AO 202) FY26 Regular Overhaul/Dry-dock Availability. This is a Firm-Fixed Price (FFP) contract with a Time and Materials (T&M) component for growth work. The latest amendment (0008) extends the proposal due date to February 16, 2026, at 15:00 HRS Singapore Standard Time.
Scope of Work
The requirement involves a Regular Overhaul (ROH) Dry-dock Availability for the USNS YUKON (T-AO 202) as specified in the work item package (Section J, Attachment J-1). The scope has been significantly expanded through amendments, including the addition of twelve new work items (0112, 0127, 0198, 0201, 0301, 0400, 0401, 0405A, 0601, 0802, 0803, and 0919) and the incorporation of WI 0040 Force Protection. Financial adjustments include an increase in CLIN 0005 (Prime Labor Hours) quantity to 11,243 hours and CLIN 0006 (Material/Subcontractor/Other costs) Not-to-Exceed (NTE) value to $838,705.00. Detailed procedures for Contract Change Orders (CCOs) and Time-and-Materials (T&M) Growth CLINs are provided, covering pricing, documentation, and invoicing. New special contract requirements related to occupational health, warranty, historic resources, Japanese procedures, consumption tax, environmental protection, and personnel restrictions are also included.
Contract Details
- Type: Firm-Fixed Price (FFP) single award, with a Time and Materials (T&M) component for growth work.
- Period of Performance: The overall period is from August 4 - 18, 2026 (with options). Specific CLINs (0001, 0003, 0004, 0005, 0006) run from April 24, 2026, to August 3, 2026, and Option Line Item 0002 from August 4, 2026, to August 18, 2026.
- Place of Performance: Contractor’s facility in the U.S. 7th Fleet Area of Responsibility (AOR), with geographical exclusion of India and Guam.
- Set-Aside: None specified.
- NAICS: 336611 (Non Nuclear Ship Repair), Size Standard: 1,300 employees.
- Regulations: Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Navy Marine Corps Acquisition Regulation Supplement (NMCARS).
Submission & Evaluation
- Proposal Due Date: February 16, 2026, at 15:00 HRS Singapore Standard Time.
- Evaluation Factors: Award will be based on Price (Lowest Total Price) and Technical factors (Understanding the Work Item Package, Ability to Perform the WI Package, and Management Control and Quality Assurance), as well as Past Performance.
- Contact: Natalie Sims (natalie.sims4.civ@us.navy.mil, +65-6750-2835).
- Requirements: Offerors must be registered in SAM.gov. Work Item Specifications (J-1) and References are not posted to SAM.gov; contact POCs for transmittal via DoD Safe and include company's UEI number.
Amendments & Clarifications
This solicitation has undergone eight amendments (0001-0008) providing answers to numerous Requests for Clarifications (No. 1-64), extending proposal due dates, adjusting the period of performance, and adding/modifying work items and special contract requirements. Offerors must review all amendments, especially Amendment 0008, for the latest requirements and deadlines.