USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
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.
The Naval Sea Systems Command (NAVSEA) issues solicitation N00024-25-R-4406 for the execution of the USS PEARL HARBOR (LSD 52) and USS OKANE (DDG 77) Docking Selected Restricted Availability (DSRA). These availabilities include a combination of maintenance, modernization, and repair, and will require a highly capable contractor with substantial facilities, to include capable piers (for the applicable ship classes) as well as human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair and modernization. These availabilities are solicited on a coast-wide basis on the West Coast under a single solicitation. These availabilities are expected to be awarded as two (2) separate Firm-Fixed-Price contracts. This solicitation is issued electronically via PIEE and interested offerors should monitor the PIEE/SAM.gov page for any applicable solicitation amendments, thereafter. This posting does not include relevant J Attachments. Potential offerors will need to request access to all J Attachments by providing a written request to the Contract Specialist, Meghan Walsh, at meghan.k.walsh4.civ@us.navy.mil and the Contracting Officer, Courtney Schlusser, at courtney.j.schlusser.civ@us.navy.mil. Include your company SAM Unique Entity Identifier (UEI) number with the request so that contractor status can be confirmed in the System for Award Management. These attachments will be transmitted via DoD SAFE. To receive access to Attachment J-2 (Work Item Plans, Drawings and Other References), provide a written request to SWRMC_420A.CNO-3PPP@navy.mil , with a copy to the Contract Specialist and the Contracting Officer listed above. Include your company SAM Unique Entity Identifier (UEI) number with the request so that contractor status can be confirmed in the System for Award Management. In addition, there are references that contain limiting distribution statements and will not be disseminated from the Contract Specialist. In these instances, Offerors must contact the Southwestern Regional Maintenance Center (SWRMC) Technical Librarian to arrange access. Please send requests to swrmc.techdocs@navy.mil.
*******************************Amendment A0001*****************************
The purpose of this amendment is as follows: (1) Add NACIS code to Section K; (2) Update Section L: proposal due date, PPI response dates, and ship check dates. Please reach out to the Contract Specialist, Meghan Walsh, at meghan.k.walsh4.civ@us.navy.mil and the Contracting Officer, Courtney Schlusser, at courtney.j.schlusser.civ@us.navy.mil, for any restricted files.
*******************************Amendment A0002*****************************
The purpose of this amendment is as follows: (1) Remove all EOO clauses: 52.222-21, 52.222-24, 52.222-26, 52.222-35, and 52.222-36; (2) Remove all provisions that apply to EOO clauses: 52.222-22 and 52.222-25; (3) Incorporate update in Section L for SWRMC POC; and (4) Incorporate updated ATT. J-5A and J-5B Quality Assurance Surveillance Plan. Please reach out to the Contract Specialist, Meghan Walsh, at meghan.k.walsh4.civ@us.navy.mil and the Contracting Officer, Courtney Schlusser, at courtney.j.schlusser.civ@us.navy.mil, for any restricted files.