SOURCES SOUGHT
J -- Sources Sought for USS Aircraft Carriers, Nuclear Propulsion (CVN) Ship Repair, Maintenance, Modernization, and Overhaul at Yokosuka, Japan
- Notice Date
- 10/20/2025 7:08:36 PM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSUP FLT LOG CTR YOKOSUKA FPO AP 96349-1500 USA
- ZIP Code
- 96349-1500
- Solicitation Number
- N6264926RA999
- Response Due
- 11/20/2025 11:00:00 PM
- Archive Date
- 12/06/2025
- Point of Contact
- Samantha Salgado, Gil Lopez
- E-Mail Address
-
samantha.c.salgado.civ@us.navy.mil, gil.lopez3.civ@us.navy.mil
(samantha.c.salgado.civ@us.navy.mil, gil.lopez3.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka (FLCY), in support of U.S. Naval Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC) and the United States (U.S.) Navy�s fleet of nuclear propulsion hull class of aircraft carriers (CVN), are seeking interested contractors with significant maintenance, repair, ship alteration/modernization, advanced planning and execution experience to provide scheduled non-dry-docking maintenance and non-scheduled maintenance and repair between scheduled availabilities. The work is of significant complexity and will be performed pier side of Berth 12 at U.S. Naval Installation Commander Fleet Activities Yokosuka (CFAY), Yokosuka, Japan. This Sources Sought should not be construed as a formal solicitation or an obligation on the part of the U.S. Government. Any information provided to the U.S. Government is strictly voluntary and at no cost to the U.S. Government. The purpose of this sources sought is to determine interested parties, availability, capabilities, and qualifications. The U.S. Government intends to use responses to this sources sought synopsis to make an appropriate acquisition decision for the following requirement(s). Contract Type: Single award Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) Estimated Contract Length: Five (5) years Estimated Contract Effective Dates: May 2027 ~ May 2032 Estimated Solicitation Issue Date: May 2026 Estimated Solicitation Due Date: July 2026 Estimated Man-Day Labor Hours: 55,000 Man-Days per year Estimated Available Resources: Share of 10,000 SF of available contractor laydown area. The distribution of the available space will be determined based on contractors and their respective man-day workload. Prospective contractors must possess a Master Ship Repair Agreement (MSRA) with NAVSUP FLCY at the time of contract award to meet the requirements of DFARS 217.71 Master Agreement for Repair and Alteration of Vessels (MARAV). Additionally, contractors must have authorization to conduct business in Japan IAW DFARS 252.225-7042. In order to conduct shipbuilding business in Japan, certain licenses and registration may be required in accordance with Japanese laws such as the Shipbuilding Act (Act No. 129 of 1950), the Small Shipbuilding Industry Law (Law No. 119 of 1966), and all other related laws and ordinances. It is the responsibility of the Contractor to establish and acquire all necessary licenses, regulatory compliance, approvals and permits prior to commencing shipbuilding or ship repair related businesses specific to Japan. 1. Interested companies should respond to this notice by submitting the below information or by completing the Sources Sought Questionnaire, via email to the Procuring Contracting Officer (dale.a.crawford.civ@us.navy.mil) Supervisory Contracting Officer (gil.lopez3.civ@us.navy.mil) and Contract Specialist (samantha.c.salgado.civ@us.navy.mil) and Contract Specialist (peterjommel.s.arrieta.ln@us.navy.mil) with the subject line �CVN Sources Sought� no later than 21 November 2025, 1600 Japan Standard Time (JST): a. Company name, point of contact, telephone numbers, e-mail address, company Cage Code, and SAM Unique Entity ID; b. Approximate annual gross revenue; c. Capability Statement; d. Description of similar repair projects of the same magnitude and complexity of the requirement described in this sources sought notice, completed within the last three years; including agency/company the job was performed for, dollar value of project, percent of job complete (if job is ongoing). Use the experience criteria in Section 2 (a thru e) and capabilities criteria in Section 3 (a through l) above to describe your company�s experience. e. Feedback on the attached Draft SOW in relation to this requirement and the contents within this Sources Sought. Questions will be accepted but not answered at this time. Any language or specified requirements that are ambiguous in nature and not clear should be mentioned in the feedback. The purpose of this is to gain an idea of how viable the requirement is currently written and to ensure comprehension of contractor expectations. f. This contract type requires a company to be CAS compliant in CAS 401 and 402 IAW 48 CFR 9903.201-2(e). For more information on CAS 401 and CAS 402 please refer to 48 CFR 9904.401 and 48 CFR 9904.402. (i) Is your Company CAS Compliant? (Yes or No) (ii) If so, please provide a copy of the CAS Compliance Letter issued by DCAA. g. Clearly indicate whether your company intends to submit a proposal. If no, please explain why so the U.S. Government may evaluate mitigation factors for increasing competition. The U.S. Government is under no obligation to consider information received after the due date as part of the formal market research for this acquisition. 2. The U.S. Government intends on holding an Industry Day for this requirement in Yokosuka, Japan between the months of January-March. It will be a one-day event where interested contractors can attend at their own cost. The U.S. Government will provide information regarding the requirement and take questions from attendees. An official posting of the event will be available approximately one-month before the scheduled event with more details. For those interested, the U.S. Government recommends routinely checking SAM.gov for the notification. The U.S. Government is under no obligation to consider information received after the due date as part of the formal market research for this acquisition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0baf6a8793da406ab8b445c9b66139c4/view)
- Place of Performance
- Address: JPN
- Country: JPN
- Country: JPN
- Record
- SN07623416-F 20251022/251020230040 (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 |