USS HIGGINS (DDG-76) 6C1 Farm Out Bundle# 4, Yokosuka Japan
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 Fleet Logistics Center Yokosuka (NAVSUP FLCY), is soliciting proposals for repair and maintenance services for the USS HIGGINS (DDG-76) 6C1 Farm Out Bundle# 4 at Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Japan. This is a Firm Fixed Price (FFP) single award contract. Proposals are due May 21, 2026, at 10:00 AM JST.
Opportunity Details
This solicitation (N6264926RA048) covers a comprehensive package of repair and maintenance work items for the USS HIGGINS (DDG-76). Specific tasks include repairing corrosion holes, vertical stiffeners, deck plates, and replacing VCHT piping, along with structural, sheet metal, and rigging work. The period of performance is from July 10, 2026, through February 8, 2027.
Scope of Work
Key requirements involve:
- Executing detailed repair and maintenance tasks as specified in Task Group Instructions (TGIs) and Attachment (I) Work Specification(s).
- Managing Government Furnished Material (GFM) and Contractor Furnished Material (CFM).
- Submitting an Integrated Production Schedule (IPS) (CDRL A001) within five days of award, then every 30 days until availability.
- Reporting on GFM inventory semi-annually (CDRL A002) in an electronic Excel format.
- Identifying and reporting "Condition Found" (CFR) for work outside the original package.
- Adhering to NAVSEA Standard Items (NSIs), SRF-JRMC Local Standard Items (LSIs), and occupational health standards (29 CFR 1915).
- Utilizing Government Furnished Property (GFP) as detailed in Attachment IV.
Eligibility & Set-Aside
This opportunity is restricted to sources duly authorized to operate and do business in Japan. Furthermore, offerors must possess an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) as a Prime Contractor; firms without these agreements are ineligible. SAM registration is mandatory.
Submission & Evaluation
Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, considering Price, Technical Acceptability, and Past Performance. Offerors are encouraged to submit their best offer as discussions are not guaranteed. The award will be made in Japanese Yen (JPY).
Key Dates & Actions
- Request Attachment (I) Work Specification(s): By May 6, 2026, via email to contacts.
- Submit Questions (via Attachment III RFI): By May 15, 2026.
- Proposal Submission Deadline: May 21, 2026, at 10:00 AM Japan Standard Time (JST).
- Complete the Price Proposal Form (Attachment II) in Excel, detailing labor hours, costs, materials, and ODCs in JPY.
- Review the Quality Assurance Surveillance Plan (QASP) (Attachment VII) to understand performance monitoring and evaluation criteria.
- Contact Kumi Matsumoto (kumi.matsumoto.ln@us.navy.mil) or Peter Arrieta (peterjommel.s.arrieta.ln@us.navy.mil) for references via DoD safe.