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 Fleet Logistics Center 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). This opportunity, titled "FY26 SIA BUNDLE #1," requires contractors 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
This requirement encompasses thirty-one (31) Task Group Instructions (TGIs) primarily focused on ship repair, overhaul, preservation, and replacement work, with a significant portion dedicated to various tanks onboard the vessel. The contractor will be responsible for all labor, subcontractor management, supervision, quality control, safety, environmental management, material, equipment, temporary services, and transportation. A Government requirement also includes establishing capabilities for testing, quality assurance, and technical documentation. A Growth CLIN (0002) will be implemented to accommodate anticipated growth works, processed utilizing the Growth Management Request (GMR) Level of Effort (LOE) to Completion, and is set at 9.45% of the total proposed cost for CLIN 0001 (Base Work).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Single Award Job Order 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.
- Award Currency: Japanese Yen (JPY).
Eligibility & Set-Aside
This solicitation is intended only for firms holding an active U.S. Navy MSRA/ABR as a Prime Contractor and duly authorized to operate and do business in Japan, as prescribed by DFARS 252.225-7042. Firms without an active MSRA/ABR are ineligible for award; the certification process can take up to a year. There are no socio-economic set-asides for this acquisition.
Submission & Evaluation
Proposals must be submitted by May 4, 2026, 10:00 AM JST. Offerors must specify any hazardous material (FAR 52.223-3) and anticipated sea transportation (DFARS 252.247-7022). Proposal validity is 90 days. Access to the work specification package (Attachment I) is via DoD SAFE; requests for access must be sent to miwa.takahashi2.ln@us.navy.mil and ai.gillard.ln@us.navy.mil by April 27, 2026, 10:00 AM JST. Questions regarding the solicitation must be submitted by April 27, 2026, 08:00 AM JST.
Evaluation factors include Technical (Acceptable/Unacceptable), Past Performance, and Price. The technical factor is pass/fail; proposals must be rated "Acceptable." Past Performance is considered significantly more important than Price. Award will be made to the responsible Offeror whose proposal offers the best value.
Key Attachments
Bidders should utilize the "Attachment II Proposal Sheet Generator v1.2.xlsx" for pricing and review "Attachment IV DDG-115_BUNDLE1_GFP_List.xlsx" for Government Furnished Property, and "Attachment VII QSAP.pdf" for Quality Assurance Surveillance Plan details.
Contact Information
- Primary: Miwa Takahashi (miwa.takahashi2.ln@us.navy.mil, 81468167623)
- Contracting Officer: Ai Gillard (ai.gillard.ln@us.navy.mil)