Federal Contract Opportunity

Last Updated on 05 Jun 2025 at 6 AM
Solicitation
Location Unknown

USS BLUE RIDGE 6C1 DSRA MODERNIZATION BUNDLE 5

Details

Solicitation ID N6264925RA058
Posted Date 05 Jun 2025 at 6 AM
Response Date 07 Jul 2025 at 2 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsup Flt Log Ctr Yokosuka
Agency Department Of Defense
Location Japan

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

General Motors Limited Liability Company

Pontiac Rochester hill Flint Troy Grand blanc Detroit Warren

Ford Motor Company

Pleasanton Livonia Allen park Dearborn Detroit Washington

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Sign up to access Documents

Signup now

The requirement is for ship repair, maintenance and overhaul of United States (US) Navy surface ship USS BLUE RIDGE (LCC-19), Docking-Selected Restricted Availability (DSRA), in support of US Naval Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC). The work is composed of five (5) Task Group Instructions (TGIs) with nine (9) Test Phases of various ship
repair overhaul, preservation, and replacement work 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.

The anticipated contractual Period of Performance (POP) is 12-Jan-2026 through 12-Jun-2027.

OFFER: Offerors must provide all information required by this solicitation not later than 7 Jul 2025 at 10:00AM Japan Standard Time (JST).

References in the Work Items will be provided to offerors via DoD safe (a web-based tool that provides users the capability to securely send and receive large files, including files that are too large to be transmitted via email.

Please email request for references to: Miwa Takahashi ([email protected])

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.

Similar Awards

Bremerton Washington 14 May 2018 at 5 PM
Puget sound Washington 04 Feb 2016 at 9 PM
Bremerton Washington 30 Aug 2016 at 7 PM
Virginia 01 Feb 2010 at 10 PM
Alleghany California 25 Jan 2010 at 3 PM