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, is soliciting proposals for YCV-16 Repair, Maintenance, and Preservation services in Yokosuka, Japan. This is a Firm Fixed-Price (FFP) job order under an existing Master Agreement for Repair and Alteration of Vessels (MARAV). Firms must possess an active U.S. Navy MSRA/ABR as a Prime Contractor and be authorized to operate in Japan to be eligible. Proposals are due by March 27, 2026, at 10:00 AM JST.
Scope of Work
This opportunity requires comprehensive repair, maintenance, and preservation services for the YCV-16 vessel. The detailed work items are outlined in the Statement of Work (SOW), provided as Attachment (I). Key aspects include addressing vendor questions regarding critical coated areas, dock block shifting, Government Furnished Material (GFM), gas-free inspections, lead paint, asbestos, and safety certifications. The Quality Assurance Surveillance Plan (QASP) details government monitoring and evaluation of contractor performance, emphasizing compliance with technical, safety, administrative, scheduling, environmental, and security requirements.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) job order under an existing MARAV (MSRA/ABR).
- Period of Performance: June 1, 2026, through October 15, 2026 (Revised by Amendment 0005).
- Place of Performance: Contractor's Facility in Yokosuka, Japan.
- Eligibility/Set-Aside:
- Mandatory: Active U.S. Navy MSRA/ABR as a "Prime Contractor".
- Mandatory: Authorized to operate and do business in Japan.
- Preference: Offers will be evaluated with a 10% price preference for HUBZone small business concerns, unless waived.
- Product Service Code: J999 (Non Nuclear Ship Repair).
Submission & Evaluation
Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, considering Price, Technical Acceptability, and Past Performance. Offerors must use the provided Price Proposal Form (Attachment II) for their submission. Compliance with Occupational and Health Standards for Shipyard Employment (29 CFR 1915) and CMMC Level 1 cybersecurity requirements is mandatory. The government intends to award without discussions but reserves the right to conduct them.
Key Dates & Contacts
- Proposal Due Date: March 27, 2026, at 10:00 AM Japan Standard Time (JST).
- Questions Due Date: March 20, 2026, at 12:00 PM JST (using Attachment III).
- DoD SAFE Access Request for Attachment I: Was February 13, 2026, 10:00 AM JST.
- Primary Point of Contact: Kazuya Iwanaga, kazuya.iwanaga.ln@us.navy.mil.
Important Notes
Multiple amendments have been issued, clarifying questions, updating the site inspection schedule, and extending deadlines. The Period of Performance was revised by Amendment 0005. Crucially, the deadline to request access to the work specification package (Attachment I) via DoD SAFE was February 13, 2026, which has passed. Potential bidders who have not already requested access may be unable to obtain the necessary documents for proposal preparation. Offerors must acknowledge all amendments when submitting their proposals.