USS RAFAEL PERALTA (DDG-115) 6JI SIA FARM OUT BUNDLE 2
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 FLT LOG CTR YOKOSUKA, is soliciting proposals for ship repair, maintenance, and overhaul of the USS RAFAEL PERALTA (DDG-115), specifically for the "6JI SIA FARM OUT BUNDLE 2" requirement. This is a Firm Fixed Price job order under a Master Agreement for Repair and Alteration of Vessels (MARAV). Work will be performed at Yokosuka Naval Base, Japan. Proposals are due May 29, 2026, at 10:00 AM JST.
Scope of Work
The requirement involves accomplishing nine (9) Task Group Instructions (TGIs) covering various ship repair, overhaul, preservation, and replacement tasks onboard the USS RAFAEL PERALTA. This includes necessary management, scheduling, testing, quality assurance, and technical documentation.
Contract Details
- Contract Type: Firm Fixed Price job order under an existing MARAV.
- Period of Performance: July 28, 2026, to September 22, 2026.
- Place of Performance: Commander, Fleet Activities Yokosuka (CFAY) Naval Base, Japan.
- Set-Aside: None specified.
- Estimated Value: Not explicitly stated, but a Growth Work CLIN (CLIN 0002) is included, valued at 6.65% of the total proposed cost for CLIN 0001.
Submission & Evaluation
- Proposal Submission Deadline: May 29, 2026, at 10:00 AM Japan Standard Time (JST).
- Work Specification Access: Offerors must request access to the work specification package (Attachment I) via DoD SAFE by May 6, 2026. Requests should be sent via email to the Contracting Officer or Contract Specialist.
- Evaluation Criteria: Proposals will be evaluated for technical acceptability (rated "Acceptable" or "Unacceptable") and lowest total price. Price is the dominant factor, and technical tradeoffs will not be made.
- Required Submissions: Proposals must include a proposal breakdown form (Attachment II), specify hazardous material in accordance with FAR 52.223-3, and detail anticipated sea transportation per DFARS 252.247-7022.
- Questions: Bidders can submit clarifying questions using the Pre-Proposal Inquiry (PPI) form (Attachment IV).
Eligibility & Important Notes
- Eligibility: Offerors must possess an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) as a Prime Contractor. Firms without an active MSRA/ABR are ineligible but can request an application package from flcy_msra_abr_group@us.navy.mil.
- Offerors must also be duly authorized to operate and do business in Japan.
- Government Furnished Property (GFP) is detailed in Attachment IV.