USS MIGUEL KEITH (ESB-5) MSC CIVMAR VRA KR
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 FLT LOG CTR YOKOSUKA, is soliciting proposals for the Voyage Repair Availability (VRA) of the USS MIGUEL KEITH (ESB-5). This opportunity requires contractors to provide all labor, materials, tools, and equipment for comprehensive ship repair and maintenance services in Busan, South Korea. This solicitation includes a Price Evaluation Preference for HUBZone Small Business Concerns. Proposals are due by March 12, 2026, at 10:00 AM Korea Standard Time (KST).
Scope of Work
The VRA encompasses a wide range of maintenance and repair tasks as detailed in the Work Specification MSCOK 26-006 (Attachment J-1, Rev A). Key areas include:
- General Services and Requirements: Project management, technical requirements, testing, quality assurance, and safety protocols.
- Hull and Structural: RAS Station Preservation, inspection and cleaning of service trunks, and cable penetration inspection.
- Electrical: Replacement of a Bridge Clock.
- Communication and Navigation: Harris Radio Signal Expansion.
- Auxiliary Machinery: Ballast System Piping Gauging and Repairs, General Service Air Compressor Service, and critical tasks such as OWS System Groom (Work Item 0510) and Reverse Osmosis Unit Service and Repair (Work Item 0598). The OWS System Groom involves OEM field services for inspection, testing, and cleaning of oily water separators, while the RO unit service includes maintenance, PLC module installation, and crew training.
- Habitability Outfitting and Furnishings: Installation of a Forward Decontamination unit.
Contract Details
- Contract Type: Firm Fixed Price (FFP) for both CLIN 0001 (base work) and CLIN 0002 (growth work). CLIN 0002 is pre-funded up to 20% of CLIN 0001.
- Period of Performance: March 23, 2026 - April 5, 2026.
- Place of Performance: Busan, South Korea (PIER 8).
- Set-Aside: Price Evaluation Preference for HUBZone Small Business Concerns.
- Eligibility: Intended only for sources duly authorized to operate and do business in S. Korea, as prescribed by DFARS 252.225-7042. Foreign entities may need to complete IRS Form W-14 (Attachment J-4).
Submission Requirements
Offerors must submit proposals in the format of SF 33, including an itemized price breakdown using Attachment J-2 (latest revision). Past Performance Information (PPI) is required, detailing up to three recent contracts within the last three years. All offers must be in US Dollars and reflect fully burdened rates.
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include price, technical acceptability (sufficiency of proposed labor hours and material costs), and past performance (timeliness, quality, cost control, and customer satisfaction).
Key Dates & Contacts
- Proposal Due Date: March 12, 2026, at 10:00 AM Korea Standard Time (KST).
- Primary Contact: HYONTONG YANG (Rio) at hyon.t.yang2.ln@us.navy.mil.
- Secondary Contact: Willie Harris at willie.j.harris2.civ@us.nav.mil.