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 requirement involves ship repair, maintenance, and overhaul, specifically focusing on the fabrication of new sleeves for the propeller and stern tube shaft. The work will be performed in support of the US Naval Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC) at Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Japan. This is a Solicitation under Product Service Code J999 (Non Nuclear Ship Repair).
Scope of Work
The primary scope includes the fabrication of five specific sleeves for the propeller and stern tube shaft of the USS BLUE RIDGE (LCC-19). This involves machining to precise dimensions, concentricity verification, radiographic testing (RT) inspection, and crating for transit. The work is composed of one Task Group Instruction (TGI) and one DL of various ship repair, preservation, and replacement tasks. Technical guidance is provided by Naval Ships' Technical Manuals (e.g., Chapter 243 Propulsion Shafting, Surface Ships Main Propulsion Shafting Refurbishment Procedures).
Contract Details
- Contract Type: Firm-Fixed Price.
- Period of Performance: July 21, 2026, to September 14, 2026.
- Place of Performance: Fabrication at the contractor's factory, with shipping to US Naval Ship Repair Facility, Yokosuka. Overall DSRA at Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Japan.
- Set-Aside: None specified.
- Eligibility: Offerors must possess an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and be authorized to operate and do business in Japan.
Submission & Evaluation
- Proposal Due Date: April 22, 2026, at 10:00 AM Japan Standard Time (JST).
- Access to Work Specifications (Attachment I): Offerors must request access by sending an email to the provided Points of Contact by April 16, 2026, 10:00 AM JST. Access is granted via DoD SAFE.
- Questions: Must be submitted via Attachment (III) by April 16, 2026, 10:00 AM JST.
- Evaluation: Proposals will be evaluated for technical acceptability and lowest total price, with price being the dominant factor. The Government intends to award without discussions.
- Required Submissions: Proposals must specify any hazardous material (FAR 52.223-3, DFARS 252.223-7001) and indicate if sea transportation is anticipated (DFARS 252.247-7022). Any time limit on the offer must be specified. Amendments must be acknowledged.
Key Documents & Requirements
- Government Furnished Property (GFP): Attachment 04 provides a detailed list of GFP items, including various sleeves, which bidders must review for cost estimation and logistics planning.
- Contract Data Requirements Lists (CDRLs):
- Exhibit (A) CDRL (GFM): Requires a semi-annual GFM Inventory Report (DI-PSSS-80727A), due 45 days after contract award and semi-annually thereafter.
- Exhibit (B) CDRL (IPS): Requires an Integrated Production Schedule (IPS) (DI-MGMT-82075), with the initial schedule due on or before June 21, 2026.
- Pricing: Attachment 02 is an Excel spreadsheet for detailed pricing breakdown by CLINs and TGIs, to be completed in JPY.
- Amendments: Amendment 0002 incorporates new clauses (e.g., Subcontracts for Commercial Products, Continuation of Essential Contractor Services) and modifies existing ones, confirming the Firm-Fixed Price contract type.