USS RAFAEL PERALTA (DDG-115) FY26 SIA BUNDLE #1
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 FLC Yokosuka is soliciting proposals for ship repair, maintenance, and overhaul services for the USS RAFAEL PERALTA (DDG-115) during its FY26 Surface Incremental Availability (SIA) Bundle #1. This opportunity requires firms to possess an active U.S. Navy Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and be authorized to operate in Japan. Proposals are due May 4, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
The requirement encompasses thirty-one (31) Task Group Instructions (TGIs) for various ship repair, overhaul, preservation, and replacement tasks, primarily focusing on the ship's tanks. The contractor will be responsible for all labor, subcontractor management, supervision, quality control, safety, environmental management, material, equipment, temporary services, and transportation. The work also includes establishing capabilities for testing, quality assurance, and technical documentation. A Growth CLIN (0002) is implemented for anticipated growth works, processed utilizing a Growth Management Request (GMR) Level of Effort (LOE) to Completion, and is set at 9.45% of the total proposed cost for CLIN 0001.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP) Single Award, issued under an existing Master Agreement for Repair and Alteration of Vessels (MARAV).
- Period of Performance: July 18, 2026, to September 20, 2026.
- Place of Performance: Yokosuka Naval Base, Japan.
- Proposal Due: May 4, 2026, 10:00 AM JST.
- Questions Due: April 27, 2026, 08:00 AM JST.
- Work Specification Access Request Due: April 27, 2026, 10:00 AM JST.
- Proposal Validity: 90 days.
- Award Currency: Japanese Yen (JPY).
Eligibility & Set-Aside
This solicitation has no socio-economic set-asides. Eligibility is strictly limited to firms that:
- Possess an active U.S. Navy MSRA/ABR as a Prime Contractor.
- Are duly authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042. Firms not meeting these criteria are ineligible for award; the MSRA/ABR certification process can take up to a year.
Evaluation Factors
Award will be made to the responsible Offeror whose proposal offers the best value to the Government. Evaluation will consider:
- Technical Factor: Rated as Acceptable/Unacceptable (pass/fail).
- Past Performance: Significantly more important than Price.
- Price: Considered after technical and past performance.
Submission Requirements
Offerors must provide all required information by the deadline. Access to the work specification package (Attachment I) is via DoD SAFE; requests must be sent to miwa.takahashi2.ln@us.navy.mil (CS) or ai.gillard.ln@us.navy.mil (KO) by the specified date. Access links are valid for 14 days. Proposals must specify any hazardous material (FAR 52.223-3, DFARS 252.223-7001) and sea transportation (DFARS 252.247-7022). The Attachment II Proposal Sheet Generator v1.2.xlsx must be used for pricing. All amendments, including the change to Growth Work CLIN 0002 percentage and updated Section L and M, must be acknowledged.