USS HIGGINS (DDG-76) FY26 6C1 SRA BUNDLE 2, 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, is soliciting proposals for a Surface Restricted Availability (SRA) for the USS HIGGINS (DDG-76) as part of the FY26 6C1 SRA BUNDLE 2. This requirement involves comprehensive ship repair and maintenance services at Yokosuka Naval Base, Japan. The solicitation is a Firm-Fixed-Price (FFP) contract. Proposals are due by May 6, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
The scope includes a repair and maintenance package of work items detailed in Task Group Instructions (TGIs) within Attachment (I) Work Specification(s). Key tasks involve inspection, repair, and preservation of various bilge areas, Gas Turbine Generator (GTG) foundations, Halon Fire Extinguisher components, Potable Water Tanks, Vacuum Collection Holding Tank (VCHT) Rooms, Sewage Collection Tanks, and Waste Water Drain Collecting Tanks. Other work includes removal/installation of deck/bulkhead plates, preservation of Cofferdams and Escape Trunk, inspection/replacement of Aircraft Securing Fitting and Nonskid System on Flight Deck, replacement of Nonskid System on Forecastle, and chemical cleaning of VCHT Piping System. The contractor is responsible for management, scheduling, testing, quality assurance, and technical documentation.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: June 29, 2026, to February 8, 2027
- Place of Performance: Government Facility (Yokosuka Naval Base, Japan)
- Eligibility: Only firms with an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) as a "Prime Contractor" are eligible. Offerors must also be authorized to operate and do business in Japan per DFARS 252.225-7042. Non-MSRA/ABR holders can request application packages, but the certification process may take up to a year.
- Set-Aside: No socio-economic set-asides will be used.
Submission & Evaluation
- Proposal Due Date: May 6, 2026, at 10:00 AM JST.
- Work Specification Access: Attachment (I) is accessible via DoD SAFE. Offerors must request access by emailing kazuya.iwanaga.ln@us.navy.mil and ai.gillard.ln@us.navy.mil by March 20, 2026, 10:00 AM JST. Access is valid for 14 days once sent.
- Pricing: Bidders must use Attachment II (Price Proposal Form N6264926RA038 Rev.1.xlsx) for detailed pricing, including labor, material, and other direct costs for each TGI. The Growth CLIN percentage is 9.32%.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), requiring an "Acceptable" rating in all non-price factors (Technical Acceptability, Past Performance, Responsibility).
- Proposal Requirements: Specify hazardous material (FAR 52.223-3, DFARS 252.223-7001) and sea transportation (DFARS 252.247-7022) if applicable. Acknowledge all amendments.
Additional Notes
This solicitation has undergone multiple amendments. Amendment 0005 extended the proposal due date to May 6, 2026. Amendment 0003 revised specific TGIs and adjusted the Growth Work CLIN percentage. Amendment 0001 clarified Section C-3.1 regarding Condition Found Reports and added Exhibit (B) Contract Data Requirements List (CDRL) for Government Furnished Material (GFM). Questions regarding the solicitation can be directed to Kazuya Iwanaga (kazuya.iwanaga.ln@us.navy.mil) or Ai Gillard (ai.gillard.ln@us.navy.mil).