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) is soliciting proposals for repair and maintenance services for the USS MILIUS (DDG-69) as part of the 6J1 SIA Bundle# 1 in Yokosuka, Japan. This is a Firm-Fixed-Price (FFP) job order to be awarded under an existing Master Agreement for Repair and Alteration of Vessels (MARAV). Proposals are due April 09, 2026.
Scope of Work
The requirement involves comprehensive repair and maintenance tasks for the USS MILIUS (DDG-69), detailed in specific Task Group Instructions (TGIs) and Attachment (I) Work Specification(s). Key responsibilities include managing Government Furnished Material (GFM) and Contractor Furnished Material (CFM), adhering to NAVSEA Standard Items (NSIs) and SRF-JRMC Local Standard Items (LSIs) for FY26, and submitting an integrated production schedule. The work also requires appropriate security clearances for access to sensitive information and federal facilities.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) job order under an existing MARAV.
- Period of Performance: May 25, 2026, through August 12, 2026.
- Place of Performance: Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Yokosuka, Japan.
- Award Currency: Japanese Yen (JPY).
- Product Service Code: J999 (Non Nuclear Ship Repair).
- Set-Aside/Eligibility: This opportunity is open only to firms possessing an active U.S. Navy MSRA or ABR. Offerors must be duly authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042. HUBZone preference applies.
Submission & Evaluation
- Proposal Deadline: April 09, 2026, at 10:00 AM Japan Standard Time (JST).
- Submission Method: All proposals must be submitted electronically via email.
- Work Specifications Access: Offerors must request access to Attachment (I) Work Specification(s) via email by March 25, 2026, 10:00 AM JST. Access will be granted for 14 days via DoD safe.
- Required Forms: Bidders must complete and submit the provided Price Proposal Form (Attachment II) to detail labor, material, and other direct costs for each TGI and CLIN, including a Growth CLIN (0002).
- Evaluation Criteria: Award will be based on the Lowest Price Technically Acceptable (LPTA) method. Proposals will be evaluated on Price, Technical Acceptability, and Past Performance, requiring an "Acceptable" rating in all non-price factors.
- Quality Assurance: Contractor performance will be monitored through a Quality Assurance Surveillance Plan (QASP), which outlines performance criteria, surveillance methods, and evaluation ratings, with documentation used for past performance evaluations (CPARS).
Key Contacts
- Primary: Kumi Matsumoto (kumi.matsumoto.ln@us.navy.mil)
- Secondary: Peter Arrieta (peterjommel.s.arrieta.ln@us.navy.mil)