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
Original Source
Timeline
1
Posted
Feb 18, 2026
2
Last Updated
Apr 28, 2026
3
Submission Deadline
Apr 29, 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 is soliciting proposals for a Firm Fixed-Price contract for the USS HIGGINS (DDG-76) FY26 6C1 Surface Restricted Availability (SRA) Bundle 2 in Yokosuka, Japan. This opportunity involves comprehensive ship repair and maintenance services. Proposals are due April 29, 2026, at 10:00 AM JST.
Scope of Work
This solicitation covers a repair and maintenance package for the USS HIGGINS (DDG-76), including various Task Group Instructions (TGIs). Key work items include:
- Inspection, repair, and preservation of bilge areas, Gas Turbine Generator (GTG) foundations, and Halon Fire Extinguisher Cylinder supports.
- 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.
- Preservation of Cofferdams and Escape Trunk.
- 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 Flight Deck, and replacement of Nonskid System on Forecastle.
- Inspection and preservation of Air Intake and Uptake Louvers.
- Chemical cleaning of the VCHT Piping System and replacement of Deck Covering. Adherence to applicable NAVSEA Standard Items (NSIs) and SRF-JRMC Local Standard Items (LSIs) is required. The contractor will be responsible for management, scheduling, testing, quality assurance, and technical documentation.
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).
- Estimated Value: Not explicitly stated, but includes CLIN 0001 (28 TGIs) and CLIN 0002 (Growth CLIN, revised to 9.32%).
- Currency: Award will be made in Japanese Yen (JPY).
Eligibility & Set-Aside
- Eligibility: Only firms 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" are eligible.
- Set-Aside: No socio-economic set-asides will be used. Non-MSRA/ABR holders can request an application package, but the certification process may take up to a year.
Submission & Evaluation
- Proposal Submission Deadline: April 29, 2026, at 10:00 AM Japan Standard Time (JST).
- Work Specification Access: Attachment (I) is accessible via DoD SAFE. Offerors were required to request access by March 20, 2026. Access is valid for 14 days once sent.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Proposals will be evaluated for technical acceptability, past performance, responsibility, and price. An "Acceptable" rating in all non-price factors is required.
- Required Submissions: Price proposal using Attachment II, acknowledgment of amendments, specification of hazardous material (FAR 52.223-3) and sea transportation (DFARS 252.247-7022) if applicable.
- Questions: The deadline for submitting questions was April 15, 2026.
Amendments & Notes
- Amendment 0004 (April 23, 2026): Extended the solicitation closing date to April 29, 2026.
- Amendment 0003 (April 14, 2026): Revised specific TGIs and adjusted the Growth Work CLIN 0002 percentage to 9.32%.
- Amendment 0002 (April 8, 2026): Extended the solicitation closing date to April 24, 2026, and the questions due date to April 15, 2026.
- Amendment 0001 (April 3, 2026): Responded to questions, revised Section C-3.1 for electronic Condition Found Report (CFR) submission, and added Exhibit (B) Contract Data Requirements List (CDRL) for Government Furnished Material (GFM).
- The Quality Assurance Surveillance Plan (QASP) outlines performance monitoring and quality control expectations.
- Government Furnished Property (GFP) and Government Furnished Material (GFM) listings are provided in Attachment IV.
People
Points of Contact
Kazuya IwanagaPRIMARY
Ai Gillard Contracting OfficerSECONDARY
Files
Versions
Version 8
Solicitation
Posted: Apr 28, 2026
Version 7Viewing
Solicitation
Posted: Apr 23, 2026
Version 6
Solicitation
Posted: Apr 14, 2026
Version 5
Solicitation
Posted: Apr 8, 2026
Version 4
Solicitation
Posted: Apr 3, 2026
Version 3
Solicitation
Posted: Mar 11, 2026
Version 2
Pre-Solicitation
Posted: Feb 18, 2026
Version 1
Pre-Solicitation
Posted: Feb 18, 2026