Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2025 SAM #8573
SOLICITATION NOTICE

J -- USS BLUE RIDGE (LCC-19) 5C1 DSRA TYCOM 1

Notice Date
5/15/2025 12:41:42 AM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NAVSUP FLT LOG CTR YOKOSUKA FPO AP 96349-1500 USA
 
ZIP Code
96349-1500
 
Solicitation Number
N6264925RA021
 
Response Due
6/15/2025 6:00:00 PM
 
Archive Date
07/01/2025
 
Point of Contact
Miwa Takahashi, Phone: 81468167623, Ai Gillard - Contracting Officer, Phone: 01181468163805, Fax: 0468257298
 
E-Mail Address
miwa.takahashi2.ln@us.navy.mil, ai.gillard.ln@us.navy.mil
(miwa.takahashi2.ln@us.navy.mil, ai.gillard.ln@us.navy.mil)
 
Description
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 47 Task Group Instructions (TGIs) 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 15-May-2027. PLACE OF PERFORMANCE: Commander, Fleet Activities Yokosuka (CFAY) Naval Base OFFER: Offerors must provide all information required by this solicitation no later than 16 June 2025 at 10:00 AM Japan Standard Time (JST). 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 the following Point of Contact: Miwa Takahashi (miwa.takahashi2.ln@us.navy.mil) All documents incluiding solicitatiion Attachments, Task Group Instructions (TGIs) and drawings will be available through DoD SAFE. 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). 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4a7517ef73144e20bf44863b936f3e68/view)
 
Place of Performance
Address: Yokosuka, JP-14, JPN
Country: JPN
 
Record
SN07444415-F 20250517/250515230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.