USS MILIUS (DDG 69) 6J1 SIA Bundle# 1, 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 NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY), under the Department of the Navy, is soliciting proposals for repair and maintenance services for the USS MILIUS (DDG-69) 6J1 Surface Incremental Availability (SIA) Bundle# 1. This work will be performed at Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Japan. Offers are due by April 13, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
The contractor will provide comprehensive repair and maintenance services as detailed in the Task Group Instruction (TGI) Work Specifications (Attachment I). Key tasks include, but are not limited to, replacing VCHT piping, sewage system maintenance, installing and removing scaffolding, and providing AIT support. The work must adhere to NAVSEA Standard Items (NSIs) and SRF-JRMC Local Standard Items (LSIs) for FY26. The contractor is responsible for managing both Government Furnished Material (GFM) and Contractor Furnished Material (CFM) and must submit an integrated production schedule. Specific requirements for crane safety, hazardous material handling, and access to federal facilities are also outlined. Amendments have added new TGIs and updated requirements for Condition Found identification and WAWF tables.
Contract Details
This is a Firm Fixed-Price (FFP) job order awarded under an existing Master Agreement for Repair and Alteration of Vessels (MARAV). The overall Period of Performance (POP) is from May 26, 2026, to August 17, 2026. Award will be made in Japanese Yen (JPY). Eligibility: This solicitation is exclusively for sources duly authorized to operate and do business in Japan, as prescribed by DFARS 225.1103(3). Furthermore, firms must possess a current and active U.S. Navy MSRA or ABR Agreement to be eligible for award. The original solicitation also noted that HUBZone preference applies.
Submission & Evaluation
Proposals are due by April 13, 2026, at 10:00 AM JST. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) methodology, considering Price, Technical Acceptability, and Past Performance. An "Acceptable" rating in all non-price factors is required. The government intends to award without discussions. Offerors must be registered in the System for Award Management (SAM). Access to work specifications (Attachment I) requires an email request to the contracting contacts.
Key Documents & Actions
Bidders must utilize the revised Price Proposal Form (Attachment II) for detailed pricing. Other important attachments include the Request for Information Form (Attachment III), Government Furnished Property (Attachment IV), and the Quality Assurance Surveillance Plan (QASP) (Attachment VII), which details performance criteria and surveillance methods. References for work items will be provided via DoD SAFE upon request.