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, is soliciting proposals for repair and maintenance services for the USS MILIUS (DDG-69) during its 6J1 Surface Incremental Availability (SIA) Bundle# 1 in Yokosuka, Japan. This is a Firm Fixed Price (FFP) job order. Proposals are due April 9, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
The contractor will perform a comprehensive package of repair and maintenance work items as detailed in the Task Group Instructions (TGIs) within Attachment (I) Work Specifications. This includes tasks such as replacing VCHT piping, sewage systems, installing and removing scaffolding, and providing AIT support. Amendment 0002 added four new TGIs: 38KA212314-A01, 38KA212316-A01, 38KA212317-A01, and 38KA213605-A01. The work must adhere to NAVSEA Standard Items (NSIs) and SRF-JRMC Local Standard Items (LSIs) for FY26. Key responsibilities include managing Government Furnished Material (GFM) and Contractor Furnished Material (CFM), and submitting an integrated production schedule.
Contract Details
- Contract Type: Firm Fixed Price (FFP) job order under an existing Master Agreement for Repair and Alteration of Vessels (MARAV).
- Period of Performance: May 25, 2026, through August 13, 2026 (extended by Amendment 0002). Note that Amendment 0001 clarified that specific TGIs (38KAA52109 A01, T01, T02, T03) may have a shorter POP due to "emergency work," and offerors are encouraged to propose their best effort for the shortest possible completion.
- Place of Performance: Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Japan.
- Award Currency: Japanese Yen (JPY).
- Eligibility: This solicitation is intended only for sources duly authorized to operate and do business in Japan as prescribed by DFARS 225.1103(3) / DFARS 252.225-7042. Firms must also possess an active U.S. Navy MSRA or ABR Agreement.
Submission & Evaluation
- Proposal Due Date: April 9, 2026, at 10:00 AM Japan Standard Time (JST).
- Work Specifications Access: Offerors must email a request for references (Attachment I) by March 25, 2026, to Kumi Matsumoto or Peter Arrieta. Access will be provided via DoD SAFE.
- Required Forms: Proposals must include the revised Attachment (II) Price Proposal Form (updated by Amendment 0002), which requires detailed breakdown of labor, material, and other direct costs for each TGI.
- Evaluation Criteria: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, evaluating Price, Technical Acceptability, and Past Performance. An "Acceptable" rating in all non-price factors is required.
- Notes: The government intends to award without discussions. Offerors must be registered in the System for Award Management (SAM). A Quality Assurance Surveillance Plan (QASP) outlines performance criteria and surveillance methods.
Contacts
- Primary: Kumi Matsumoto, kumi.matsumoto.ln@us.navy.mil
- Secondary: Peter Arrieta, peterjommel.s.arrieta.ln@us.navy.mil