Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 09/19/2025
Response Date: 09/22/2025
Archive Date: 10/07/2025
More Opportunities
Solicitation Number:
N6264925RA052
Primary NAICS:
336611 - Ship Building and Repairing
Notice Type:
Solicitation
Location:
Not Provided
Set Aside:
Not Provided
FY25 5C1 Dry-Docking Selected Restricted Availability (DSRA) Modernization Bundle 4 onboard USS BLUE RIDGE (LCC- 19)
The Government will award a contract to accomplish the FY25 5C1 DSRA onboard USS BLUE RIDGE (LCC-19). The work will be accomplished at the US Naval Base Yokosuka, Ship Repair Facility – Japan Regional Maintenance Center (SRF-JRMC).
The requirement is for ship repair, maintenance and overhaul of United States (US) Navy surface ship USS BLUE RIDGE (LCC-19), DSRA, in support of US Naval Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC). The work is composed of three (3) Task Group Instructions (TGIs) with 21 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 21-Jul-2026 through 21-Nov-2027.
PLACE OF PERFORMANCE: Commander, Fleet Activities Yokosuka (CFAY) Naval Base
OFFER: Offerors must provide all information required by this solicitation no later than 22 Sep 2025 at 10:00 AM Japan Standard Time (JST). *NOTE: On 21 Aug 2025, Solicitation Amendment N6264925RA0520002 was issued to re-open the above solicitation because of the revised TGIs with new POP (From 21 Jul 2026 to 21 Nov 2027). The closing date for this solicitation amendment is 22 Sep 2025 at 10:00 AM Japan Standard Time (JST).
On 28 Aug 2025, Solicitation Amendment N6264925RA0520003 was issued to incorporate changes in section A and section L in conjunction w ith the POP change, which were not reflected in the previously issued Solicitation Amendment No. N6264925RA0520002. The closing date for this solicitation amendment remains 22 Sep 2025 at 10:00 AM Japan Standard Time (JST).
On 19 Sep 2025, Solicitation Amendment No. N6264925RA0520004 is to incorporate administrative change in the wording 1) at section C under block 16. REMARKS on page two (2) in the Contract Data Requirements List (CDRL). The closing date for this solicitation amendment remains 22 Sep 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.
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.