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 Department of the Navy, 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 Surface Incremental Availability (SIA) Bundle# 1. This opportunity is for sources duly authorized to operate and do business in Japan and possessing an active U.S. Navy Master Agreement for Repair and Alteration of Vessels (MSRA) or Agreement for Boat Repair (ABR). Proposals are due April 9, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
The contractor will perform repairs and maintenance as detailed in Attachment (I) Work Specification(s) for Task Group Instructions (TGIs). Key tasks include replacing VCHT piping, sewage system work, installing/removing scaffolding, and providing AIT support. 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 federally controlled facilities are detailed. A Quality Assurance Surveillance Plan (QASP) outlines the Government's performance monitoring and evaluation criteria, including assessment of schedules, reports, and corrective actions.
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, Japan.
- Award Currency: Japanese Yen (JPY).
- Growth CLIN: The solicitation includes a "Growth CLIN" (CLIN 0002) for anticipated additional work.
Eligibility & Set-Aside
- Eligibility: Only firms authorized to operate and do business in Japan, as prescribed by DFARS 225.1103(3).
- Mandatory Requirement: Offerors must possess a current and active U.S. Navy MSRA or ABR Agreement. Firms without this agreement may request an application package, but certification can take up to a year.
- Set-Aside: HUBZone preference applies.
Submission & Evaluation
- Proposal Submission Deadline: April 9, 2026, at 10:00 AM Japan Standard Time (JST).
- Work Specifications Access: Request Attachment (I) via email by March 25, 2026, 10:00 AM JST. Access is granted for 14 days via DoD SAFE.
- Pricing: Offerors must use the provided Attachment (II) Price Proposal Form (Excel spreadsheet) to detail labor, material, and other direct costs for each CLIN and TGI.
- Evaluation Criteria: Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, considering Price, Technical Acceptability, and Past Performance. An "Acceptable" rating in all non-price factors is required.
- Submission Method: All proposals must be submitted electronically via email.
- Note: The Government intends to award without discussions, so offerors are encouraged to submit their best offer. Offerors must be registered in the System for Award Management (SAM).
Contact Information
- Kumi Matsumoto: kumi.matsumoto.ln@us.navy.mil
- Peter Arrieta: peterjommel.s.arrieta.ln@us.navy.mil