USS BLUE RIDGE (LCC-19) 5C1 DSRA 3819P24302A02
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 the Docking-Selected Restricted Availability (DSRA) of the USS BLUE RIDGE (LCC-19). This Firm Fixed Price opportunity involves comprehensive ship repair, maintenance, and overhaul, with a primary focus on the fabrication of new propeller and stern tube shaft sleeves. The work will be performed at Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Japan, with fabrication potentially at the contractor's factory. Proposals are due April 15, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
This solicitation covers the repair, maintenance, and overhaul of the USS BLUE RIDGE (LCC-19). A key component of the work is the fabrication of five specific sleeves: one Forward Sleeve, one After Sleeve, and one Coupling Cover Sleeve for the Stern Tube Shaft, and one Propeller Shaft Sleeve and one Coupling Cover Sleeve for the Propeller Shaft. These sleeves must adhere to detailed specifications, including ASTM B 369, UNS C96400 material, precise machining, concentricity verification, radiographic testing, and crating for transit. The scope also includes general ship repair management, scheduling, testing, quality assurance, and technical documentation, with provision for authorized in-scope Growth Work (CLIN 0002). Technical requirements are guided by NAVSEA standards such as TM S9086-HM-STM-010 and S9243-AW-TRS-011.
Contract Details
- Type: Firm Fixed Price Solicitation
- Period of Performance: July 21, 2026, to September 14, 2026
- Place of Performance: Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Japan (overall repair); Contractor's Factory (for sleeve fabrication).
- Set-Aside: None specified.
- Product Service Code: J999 (Non Nuclear Ship Repair).
- Government Furnished Property (GFP): The government will provide specific sleeves (AFT SLEEVE, STERN TUBE; FWD SLEEVE, PROPELLAR; FWD SLEEVE, STERN TUB; MID SLEEVE, STERN TUB; SLEEVE, PROPELLAR SHA) as GFP for the contract. (Note: While the SOW for fabrication states no GFM is provided for that specific task, other documents indicate government provision of these items for the overall contract.)
Submission & Evaluation
- Proposal Deadline: April 15, 2026, at 10:00 AM Japan Standard Time (JST).
- Work Specification Access: Offerors must request access to Attachment (I) (Work Specifications) by sending an email to Peter Arrieta (peterjommel.s.arrieta.ln@us.navy.mil) or Irene Saito (irene.a.saito.civ@us.navy.mil) no later than April 08, 2026, 10:00 AM JST. Access links are valid for 14 days.
- Evaluation Criteria: Proposals will be evaluated based on technical acceptability and lowest total price, with price being the dominant factor. The Government intends to award without discussions.
- Required Proposal Content: Include pricing using the provided Excel breakdown (ATT 2), specify hazardous materials (FAR 52.223-3, DFARS 252.223-7001), indicate anticipated sea transportation (DFARS 252.247-7022), state any time limits on the offer, and acknowledge all amendments.
- Contract Data Requirements List (CDRLs): Deliverables include a semi-annual GFM Inventory Report (A002) and an Integrated Production Schedule (IPS) (A001), with the initial IPS due by June 21, 2026.
Eligibility
- Offerors must possess an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR).
- Firms must be duly authorized to operate and do business in Japan (DFARS 252.225-7042).