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 Voyage Repair Availability (VRA) for the USS MIGUEL KEITH (ESB-5) MSC CIVMAR. This is a Firm Fixed-Price contract requiring contractors authorized to operate in South Korea to provide all necessary labor, materials, tools, and equipment for ship repair and maintenance. The work will be performed in Busan, South Korea, from March 23 to April 5, 2026. Proposals are due by March 12, 2026.
Scope of Work
The contractor will execute various maintenance and repair tasks as detailed in Work Specification MSCOK 26-006 (Attachment J-1). Key work items include general services and requirements, hull and structural repairs (e.g., RAS Station Preservation, bilge cleaning), electrical work (e.g., bridge clock replacement), and communication and navigation support (e.g., X-Band Sperry Tech Support, Harris Radio Signal Expansion). Auxiliary machinery maintenance covers Ballast System Piping, OWS System Groom (replacing Oil Content Meter Calibration per Amendment 0002), and General Service Air Compressor Service. Habitability outfitting includes the installation of a Forward Decontamination Station, with clarification provided by Amendment 0005. Growth Work (CLIN 0002) is pre-funded for anticipated additional tasks, not exceeding 20% of CLIN 0001, and requires Contracting Officer authorization.
Contract Details
- Contract Type: Firm Fixed Price (CLIN 0001 for base work, CLIN 0002 for growth work).
- Period of Performance: March 23, 2026 - April 5, 2026.
- Place of Performance: Busan, South Korea (PIER 8).
- Eligibility: Restricted to sources duly authorized to operate and do business in S. Korea as prescribed by DFARS 252.225-7042.
- Set-Aside: None designated (a Price Evaluation Preference for HUBZone Small Business Concerns is noted).
Submission & Evaluation
- Proposals Due: March 12, 2026, at 10:00 AM Korea Standard Time (KST).
- Submission Requirements: Offerors must submit a proposal in the format of SF 33, including an itemized price breakdown using the latest Attachment J-2, and Past Performance Information (PPI) for up to three recent contracts. Foreign entities must also complete IRS Form W-14 (Attachment J-4).
- Evaluation Basis: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, considering price, technical acceptability (sufficient labor hours and material costs), and past performance (timeliness, quality, cost control, and customer satisfaction within the last three years).
Key Updates & Requirements
Multiple amendments have been issued, modifying the scope of work. Notably, Amendment 0002 revised Work Item 0510 to "OWS System Groom," Amendment 0003 added "X-Band Sperry Tech Support" (WI 0401), and Amendment 0004 removed "Reverse Osmosis Unit Service and Repair" (WI 0598). Amendment 0005 provided clarification regarding the installation of the Forward Decontamination Station. Offerors must ensure they are using the latest versions of all solicitation attachments, particularly J-1 and J-2, which have been revised to reflect these changes.
Contact Information
Primary contact is HYONTONG YANG (Rio) at hyon.t.yang2.ln@us.navy.mil or 825033638719.