USS HIGGINS (DDG-76) FY26 6C1 SRA BUNDLE 2, Yokosuka Japan

SOL #: N6264926RA038Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR YOKOSUKA
FPO, AP, 96349-1500, United States

Place of Performance

Yokosuka, JP-14, Japan

NAICS

Ship Building and Repairing (336611)

PSC

Non Nuclear Ship Repair (West) Ship Repair (Including Overhauls And Conversions) Performed On. Non Nuclear Propelled And Nonpropelled Ships West Of The 108th Meridian (J999)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 18, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Apr 10, 2026, 1:00 AM

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), has issued Solicitation N6264926RA038 for the Surface Restricted Availability (SRA) of the USS HIGGINS (DDG-76), designated as the FY26 6C1 SRA BUNDLE 2. This is a Firm Fixed Price (FFP) job order under an existing Master Agreement for Repair and Alteration of Vessels (MARAV). The work will be performed in Yokosuka, Japan. Proposals are due by April 10, 2026, at 10:00 AM Japan Standard Time (JST).

Scope of Work

This opportunity requires comprehensive repair and maintenance services for the USS HIGGINS (DDG-76). The work items are detailed in Attachment (I), provided as Task Group Instructions (TGIs). Key requirements include, but are not limited to, inspection, repair, and preservation of various bilge areas, Gas Turbine Generator (GTG) foundations, potable water tanks, and vacuum collection holding tanks. It also involves deck plate work, nonskid system replacement on the flight deck and forecastle, chemical cleaning of piping systems, and preservation of escape trunks. The contractor will be responsible for providing management, scheduling, testing, quality assurance, and technical documentation, adhering to applicable NAVSEA Standard Items (NSIs) and SRF-JRMC Local Standard Items (LSIs). A mandatory deliverable is an Integrated Production Schedule (IPS) as per CDRL DI-MGMT-82075.

Contract & Timeline

  • Contract Type: Firm Fixed Price (FFP) job order.
  • Period of Performance: June 29, 2026, to February 8, 2027.
  • Place of Performance: Government Facility (Yokosuka Naval Base, Japan).
  • Solicitation Number: N6264926RA038.
  • Proposal Due: April 10, 2026, 10:00 AM JST.
  • Published Date: March 11, 2026.
  • Award Currency: Japanese Yen (JPY).

Eligibility & Submission

  • Eligibility: This solicitation is open only to sources duly authorized to operate and do business in Japan (per DFARS 252.225-7042) and possessing an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) as a "Prime Contractor." No socio-economic set-asides will be used.
  • Non-MSRA/ABR Holders: Firms without an active MSRA/ABR may request an application package from flcy_msra_abr_group@us.navy.mil; however, the certification process can take up to a year.
  • Work Specification Access (Attachment I): Offerors must request access to the work specification package by sending an email to kazuya.iwanaga.ln@us.navy.mil and ai.gillard.ln@us.navy.mil by March 20, 2026, 10:00 AM JST. Access will be provided via DoD SAFE and is valid for 14 days.
  • Proposal Requirements: Proposals must include an itemized breakdown using Attachment II (Price Proposal Form), specify any hazardous material (FAR 52.223-3, DFARS 252.223-7001), and indicate anticipated sea transportation (DFARS 252.247-7022).
  • Questions: Submit questions using Attachment III (Request for Information Form).

Evaluation

Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) method. Evaluation factors include Technical Acceptability, Past Performance, and Responsibility. An "Acceptable" rating in all non-price factors is required for award. The Government will monitor contractor performance via a Quality Assurance Surveillance Plan (QASP) (Attachment VII). Proposals are expected to be valid for 90 days.

People

Points of Contact

Ai Gillard Contracting OfficerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 11, 2026
Version 2
Pre-Solicitation
Posted: Feb 18, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 18, 2026
View