YCV-16 REPAIR, MAINTENANCE, AND PRESERVATION, YOKOSUKA, JAPAN
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), Japan, is soliciting proposals for the Repair, Maintenance, and Preservation of the YCV-16 vessel. This will be a Firm Fixed-Price (FFP) job order awarded under an applicable Master Agreement for Repair and Alteration of Vessels (MARAV).
Eligibility is restricted: Offerors must possess an active U.S. Navy MSRA/ABR as a "Prime Contractor" and be duly authorized to operate and do business in Japan. Proposals are due by March 9, 2026, at 10:00 AM Japan Standard Time (JST).
Scope of Work
This opportunity requires comprehensive repair, maintenance, and preservation services for the YCV-16. The detailed work items are outlined in the Statement of Work (SOW), provided as Attachment (I). Key requirements include:
- Compliance with Occupational and Health Standards for Shipyard Employment (29 CFR 1915).
- Adherence to specific requirements for non-Navy owned cranes and rigging equipment.
- Compliance with CMMC Level 1 cybersecurity requirements.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP) job order.
- Period of Performance: April 1, 2026, to June 15, 2026.
- Place of Performance: Contractor's Facility in Yokosuka, Japan.
- Award Currency: Award will be made in Japanese Yen (JPY); USD amounts are for funding purposes only.
- Set-Aside: Offers will be evaluated with a 10% price preference for HUBZone small business concerns, unless waived.
- Proposal Due: March 9, 2026, 10:00 AM JST.
- Published: February 4, 2026.
Submission & Evaluation
- Access to SOW (Attachment I): Offerors must request access to Attachment (I) via email to kazuya.iwanaga.ln@us.navy.mil or peterjommel.s.arrieta.ln@us.navy.mil by February 13, 2026, 10:00 AM JST. The provided link will be valid for 14 days.
- Proposals must include an itemized price breakdown using Attachment II (Price Proposal Form).
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Price, Technical Acceptability (requiring an active U.S. Navy MSRA/ABR), and Past Performance.
- Offerors must be registered in the System for Award Management (SAM).
Additional Notes
- All questions must be submitted in writing using Attachment III (Request for Information Form) by February 27, 2026, 12:00 PM JST.
- Proposals must specify any hazardous materials (FAR 52.223-3, DFARS 252.223-7001) and anticipated sea transportation (DFARS 252.247-7022).
- The Government intends to award without discussions but reserves the right to conduct them.
- The Quality Assurance Surveillance Plan (QASP), Attachment VI, details how contractor performance will be monitored and evaluated.