USS HIGGINS (DDG 76) SRA 6C1, Bundle #1
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
NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY) is soliciting proposals for repair and maintenance services for the USS HIGGINS (DDG 76) SRA 6C1, Bundle #1. This is a Firm Fixed-Price (FFP) contract for work to be performed at a Government Facility in Yokosuka, Japan. Proposals are due by April 13, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
The requirement involves a package of repair and maintenance work items for the USS HIGGINS (DDG 76), detailed in Task Group Instructions (TGIs) provided in Section J of the solicitation. The core work includes cleaning, assessing, repairing, and preserving various fuel service tanks, hydraulic oil sump tanks, drain tanks, and lubricating oil sump tanks. The contractor will be responsible for ship repair work, including 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) Single Award Contract.
- Period of Performance: June 29, 2026, through February 8, 2027.
- Place of Performance: Aboard the USS HIGGINS (DDG 76) at Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Japan.
- Set-Aside: None specified.
- Eligibility: Offerors must possess an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) as a Prime Contractor. Firms must also be authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042 and be registered in SAM. The MSRA/ABR certification process can take up to a year.
- Currency: Award will be made in Japanese Yen (JPY).
- Growth CLIN: CLIN 0002 represents 9.00% of the total proposed cost for CLIN 0001 for anticipated growth works.
Submission & Evaluation
- Proposal Submission Deadline: April 13, 2026, at 10:00 AM JST.
- Access to Work Specification Package (Attachment I): Request access via email to shouko.sekido.ln@us.navy.mil and ai.gillard.ln@us.navy.mil by March 23, 2026, 10:00 AM JST. Access is provided via DoD SAFE and is valid for 14 days.
- Question Submission Deadline: An amendment (0001) modified Section L, Paragraph B, setting the question due date to March 23, 2026, at 10:00 AM JST.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA), based on Price, Technical Acceptability, and Past Performance. The Government intends to award without discussions.
Key Attachments
- Attachment II Proposal Sheet: Excel spreadsheet for pricing and labor details for TGIs.
- Attachment IV GFP List: Details Government Furnished Property.
- Attachment VII Quality Assurance Surveillance Plan (QASP): Outlines performance criteria and surveillance methods.
- Attachment III RFI Form: Official mechanism for submitting questions.
- Attachment VIII Contract Data Sheet: Form for collecting contractor performance information.
Contacts
- Primary: Shouko Sekido, Contract Specialist (shouko.sekido.ln@us.navy.mil)
- Secondary: Ai Gillard, Contracting Officer (ai.gillard.ln@us.navy.mil)