Opportunity
SAM #N6264926RA036
U.S. Navy Ship Repair Materials and Equipment Procurement for USS RAFAEL PERALTA (DDG-115)
Buyer
NAVSUP Fleet Logistics Center Yokosuka
Posted
April 03, 2026
Respond By
May 04, 2026
Identifier
N6264926RA036
NAICS
336611
This procurement opportunity from the U.S. Navy seeks a wide range of equipment, materials, and hardware for contractor use in ship repair and maintenance activities, primarily supporting the USS RAFAEL PERALTA (DDG-115) at Yokosuka Naval Base, Japan. - Government Buyer: - U.S. Navy, NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY) - Contracting Officer: Gil Lopez - Products and Materials Requested: - Extensive list of durable, nonexpendable equipment and consumable materials - Includes adapters, adhesives, metal bars, bearings, bushings, caps, connectors, insulation materials, screws, washers, tapes, springs, tubes, and various hardware components - Detailed specifications and part numbers provided for each item; quantities range from single units to hundreds (e.g., 650 pan head screws, 800 stud caps, 200 wire ropes) - Notable Requirements: - All items must meet military standards and quality requirements - Materials are intended for contractor use in ship repair and maintenance - Emphasis on compliance with hazardous material identification and sea transportation reporting - Only firms with active U.S. MSRA/ABR certification and authorization to operate in Japan are eligible - OEMs and Vendors: - No specific OEMs or manufacturers are named in the documentation; items are specified by part number and military/NATO stock numbers - Place of Performance and Delivery: - Primary work and delivery at Yokosuka Naval Base, Japan - Contracting office at NAVSUP FLT LOG CTR YOKOSUKA, FPO, AP 96349-1500
Description
The requirement is for ship repair, maintenance and overhaul of United States (US) Navy surface ship USS RAFAEL PERALTA (DDG-115), Surface Incremental Availability (SIA), in support of US Naval Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC). The work is composed of thirty-one (31) Task Group Instructions (TGIs) of various ship repair overhaul, preservation, and replacement work, mainly for the various tanks onboard the ship. The work also includes a Government requirement to establish the capability to support testing, quality assurance, technical documents and other requirements as necessary to accomplish the specified requirements. It places an administratively technical requirement on the contractor to provide a schedule and staffing plan for the identification and assignment of all contracted workers, as well as the coordination of the work to be performed by the contractor to ensure proper sequencing of work and the prevention of potential work stoppages or delays. In addition, the contractor is responsible for all labor, subcontractor management, supervision, coordination, quality control, quality assurance, quality management, safety management, environmental management, material, equipment, temporary services, and transportation necessary to perform the requirement. To improve Condition Found Report (CFR) turnaround time, a Growth CLIN will be implemented to accommodate anticipated growth works and will be processed utilizing the Growth Management Request (GMR) Level of Effort (LOE) to Completion.
Firms who do not possess an active U.S MSRA/ABR as a Prime Contractor are ineligible for award. This solicitation is intended only for sources duly authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042.
Non MSRA /ABR holders may request an application for an MSRA or an ABR certification by requesting an application package from: flcy_msra_abr_group@us.navy.mil. Please note that the MSRA/ABR Certification process may require a year to complete. Pursuant to FAR 5.202(a)(12), this is a non-mandatory synopsis. This solicitation is intended only for sources duly authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042.
1. REQUIREMENT: NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY) has a new requirement in support of the USS RAFAEL PERALTA). The repair and maintenance package of work items are included as Attachment (I) Work Specification(s) for TGIs.
2. PERIOD OF PERFORMANCE: From 18 Jul 2026 to 20 Sep 2026
3. PLACE OF PERFORMANCE: Yokosuka Naval Base
4. OFFER: Offerors must provide all information required by this solicitation no later than 4 May 2026 at 10:00 AM Japan Standard Time (JST).
5. WORK ITEM INFORMATION: Access to the work specification package listed in Section J as Attachment (I) may only be accessed through DoD SAFE. DoD SAFE is a secure U.S. Government repository which enables the sharing of large files and requires outside users to receive a drop-off request from the U.S. Government. Therefore, any offeror intending to provide a proposal to this solicitation shall request access by sending an email to: CS - miwa.takahashi2.ln@us.navy.mil, KO - ai.gillard.ln@us.navy.mil by 27 Apr 2026 10: 00 am JST. Once the U.S. Government receives the offeror’s access request, the U.S. Government will provide the offeror with a link and instructions to retrieve Attachment (I). Offerors shall note that access is only available for 14 days once sent.
When submitting your proposal, you must specify any hazardous material in accordance with FAR 52.223-3 (Hazardous Material ID) and DFARS 252.223-7001.
When submitting your proposal, you must specify if you anticipate sea transportation in accordance with DFARS 252.247-7022.
If there is a time limit on your offer, you must specify this at submission of your proposal.
If there are any amendments to this RFP, please acknowledge them when submitting your proposal in the proposal comment section.