Opportunity
SAM #N6264926RLXXX
Pre-solicitation for USNS Rappahannock (T-AO 204) Ship Repair and Overhaul Services
Buyer
NAVSUP Fleet Logistics Center Yokosuka
Posted
April 01, 2026
Respond By
April 15, 2026
Identifier
N6264926RLXXX
NAICS
336611
NAVSUP Fleet Logistics Center Yokosuka (FLCY) Site Singapore, under the Department of the Navy, is announcing a pre-solicitation for ship repair and overhaul services for the USNS Rappahannock (T-AO 204). - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Yokosuka (FLCY) Site Singapore - Scope of Work: - Major ship repair and overhaul services for the USNS Rappahannock (T-AO 204) - Work to be performed at a contractor shipyard within the Seventh Fleet Area of Responsibility (AOR) - Scope and technical requirements referenced in the attached Work Item Index (not detailed in the notice) - OEMs and Vendors: - No specific Original Equipment Manufacturers (OEMs) or vendors are named in the notice - Products/Services Requested: - Ship repair and overhaul services (no part numbers or quantities specified) - Notable Requirements: - Firms must be actively registered in SAM.gov - Firms must be authorized to do business in the country of performance - Experience with U.S. Navy ship repair is encouraged - Place of Performance: - Contractor shipyard in the Seventh Fleet AOR - Contracting office located at NAVSUP Fleet Logistics Center Yokosuka, FPO, AP 96349-1500, USA
Description
This is a pre-solicitation notice only. This is not a solicitation or request for proposal and no contract will be awarded from this notice. The information in this notice is subject to change and in no way binds the U.S. Government to award a contract.
The NAVSUP Fleet Logistics Center Yokosuka (FLCY) Site Singapore intends to issue a competitive solicitation for the Mid-Term Availability (MTA) requirement for USNS RAPPAHANNOCK (T-AO 204) to all shipyard firms in the Seventh Fleet Area of Responsibility (AOR). The MTA is tentatively scheduled in the end of calendar year 2026 for a ship repair availability to be performed at a contractor shipyard in the Seventh Fleet AOR.
See the attached Work Item Index for the anticipated MTA requirement.
To be eligible for award, the offeror must have an active registration in the System for Awards Management (SAM.gov). Firms with inactive registrations will not be considered for award. Firms must be authorized to do business in the country of performance.
For ship repair firms who has participated or performed a MTA or ROH requirement for FLCY Site Singapore, should respond and indicate interest in participating on the upcoming solicitation process.
For firms that have not previously participated in a solicitation or have not received a contract award from the Government, should submit a capability statement in accordance with the instructions below.
Submission Instructions for Capability Statement:
Ship repair firms interested in participating in the solicitation process should submit the capability statement, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of at least one point of contact.
The capability statement should include a brief description of your firm, shipyard location, and the capabilities to perform a major ship repair overhaul at the shipyard. Highlight relevant work performed that corresponds with the requirements listed in the attached Work Item Index and include contract types, dollar value of work performed, number of employees, and the number of years your ship repair firm has been in business. Also include your firm’s website address, and if applicable, experience repairing U.S. Navy ships. Response should be five (5) pages or less.
Please respond or email the capability statement to the Contracting Officer, Mr. Gerry Polohanan at gerry.c.polohanan.civ@us.navy.mil with “Capability Statement – Synopsis Response” in the subject field. All responses are due no later than fifteen (15) calendar days after the issue date of this synopsis notice. Telephone or fax submissions will not be accepted. The Government will only accept electronic submission of interest and capability.