YC-1381 OVERHAUL
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 (NAVSUP FLCY), has issued a solicitation for the overhaul of the YC-1381 barge. This requirement involves comprehensive repair and maintenance services for the non-propelled, self-elevating anchor barge. Proposals are due by February 17, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
The overhaul of the YC-1381 includes:
- Towing Services: Transport from Fleet Activities Yokosuka to the contractor's facility and return.
- Docking and Undocking: Dry docking for underwater hull repair and preservation.
- Hull Maintenance: Cleaning, UT testing, structural/hull visual inspection, and preservation/repair of structural components, hull, and exterior. This includes replacing zinc anodes, fenders, chains, and tires.
- Deck Repair: Main deck repair and preservation, including non-skid coating, structural repairs, and repainting.
- Void Preservation: Gas freeing, blasting, inspection, and repair of interior voids. The contractor is responsible for management, scheduling, testing, quality assurance, and technical documentation.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) job order under an existing Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR).
- Period of Performance: March 1, 2026, to June 30, 2026.
- Place of Performance: Contractor's facility in Japan.
- Proposal Due: February 17, 2026, at 10:00 AM JST.
- Published: February 9, 2026 (latest amendment).
Eligibility & Submission
- Eligibility: Firms must possess an active U.S. MSRA/ABR as a Prime Contractor and be authorized to operate and do business in Japan.
- SOW Access: Request access to Attachment (I) (Work Specification Package) via email to josabeth.a.brizuela.civ@us.navy.mil and peterjommel.s.arrieta.ln@us.navy.mil by January 8, 2026, 10:00 AM JST. Access is provided via DoD SAFE and is valid for 14 days.
- Ship Check: A ship check is scheduled for February 5, 2026, from 13:30-16:30 at Commander Fleet Activities Yokosuka. Questions from the ship check must be submitted in writing.
- Pricing: Bidders must use Attachment II (Price Proposal Form) to detail labor, material, and Other Direct Costs (ODC).
- Hazardous Materials: Specify any hazardous materials in accordance with FAR 52.223-3 and DFARS 252.223-7001.
- Sea Transportation: Specify if sea transportation is anticipated per DFARS 252.247-7022.
Evaluation
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Proposals will be evaluated for technical acceptability, past performance, and price. An "Acceptable" rating is required for technical and past performance.
Additional Notes
Amendment 0001 extended the proposal due date and added ship check details. Amendment 0002 clarified that reference materials will be provided via DoD SAFE upon request. Attachment IV (Request for Information Form) is available for formal inquiries.