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 Firm Fixed-Price contract for Surface Restricted Availability (SRA) services for the USS HIGGINS (DDG-76) FY26 6C1 SRA Bundle 2 at Yokosuka Naval Base, Japan. This opportunity is restricted to firms authorized to operate in Japan and possessing an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR). Proposals are due April 24, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
This requirement involves comprehensive repair and maintenance for the USS HIGGINS (DDG-76). Key tasks include, but are not limited to:
- Inspection, repair, and preservation of various bilge areas.
- Repair of Gas Turbine Generator (GTG) foundations and Halon Fire Extinguisher Cylinders.
- Cleaning, assessment, inspection, repair, and preservation of Potable Water Tanks, Vacuum Collection Holding Tank (VCHT) Rooms, Sewage Collection Tanks, and Waste Water Drain Collecting Tanks.
- Removal and installation of deck and bulkhead plates.
- Repair of FWD Gas Turbine Module (GTM) and GTG Boundary Layer Infra-Red Suppression System (BLISS) Cap.
- Inspection and replacement of Aircraft Securing Fitting and Nonskid System on the Flight Deck and Forecastle.
- Chemical cleaning of VCHT Piping System and replacement of Deck Covering. Contractors will be responsible for management, scheduling, testing, quality assurance, and technical documentation, adhering to NAVSEA Standard Items (NSIs) and SRF-JRMC Local Standard Items (LSIs).
Contract Details
- Contract Type: Firm Fixed-Price (FFP) job order under an existing Master Agreement for Repair and Alteration of Vessels (MARAV).
- Period of Performance: June 29, 2026, to February 8, 2027.
- Place of Performance: Government Facility (Yokosuka Naval Base, Japan).
- Set-Aside: None. This acquisition has no socio-economic set-asides and is restricted to MSRA/ABR holders authorized to operate and do business in Japan.
- Award Currency: Japanese Yen (JPY).
Eligibility & Submission
- Eligibility: Offerors must possess an active U.S. Navy MSRA/ABR as a Prime Contractor and be authorized to operate in Japan (DFARS 252.225-7042). Non-MSRA/ABR holders may request an application package, but certification can take up to a year.
- Proposal Due Date: April 24, 2026, 10:00 AM JST.
- Questions Due Date: April 15, 2026, 12:00 PM JST.
- Work Specification Access: Request access to Attachment (I) via DoD SAFE by emailing kazuya.iwanaga.ln@us.navy.mil or ai.gillard.ln@us.navy.mil by March 20, 2026, 10:00 AM JST. Access is valid for 14 days.
- Required Forms: Utilize Attachment II (Price Proposal Form) for pricing. Specify hazardous material (FAR 52.223-3) and sea transportation (DFARS 252.247-7022) if applicable. Acknowledge all amendments.
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Proposals will be evaluated for technical acceptability, past performance, responsibility, and price. An "Acceptable" rating in all non-price factors is required.
Points of Contact
- Kazuya Iwanaga: kazuya.iwanaga.ln@us.navy.mil, 0468169974
- Ai Gillard (Contracting Officer): ai.gillard.ln@us.navy.mil, 01181468163805