- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
USS DEWEY (DDG-105) FY26 6C1 SRA Bundle# 4 / 38K4212355-A01 DL001
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: Yokosuka, Kanagawa • 96349 Japan. Response deadline: Mar 28, 2026. Industry: NAICS 336611 • PSC J999.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 336611
Description
PRE-SOLICITATION NOTICE – N6264926FA029P00001
Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka (FLCY)
Action: Pre-Solicitation Notice
Agency: Department of the Navy
DoDAAC: NAVSUP FLCY (N62649)
Location: Yokosuka, JAPAN
Classification Code: J999 – Non-Nuclear Ship Repair (West)
NAICS Code: 336611 – Ship Building and Repairing
_____________________________________________________________________________________
Subject: Ship repair and Maintenance for Forward Deployed Naval Forces (FDNF) - USS DEWEY
(DDG-105) FY26 6C1 SRA Bundle# 4
Contract Number: N6264926FA029P00001
Description:
This is a pre-solicitation notice for an upcoming requirement by Ship Repair Facility and Japan Regional
Maintenance Center (SRF-JRMC) and Naval Supply Systems Command (NAVSUP) Fleet Logistics
Center Yokosuka (FLCY) for Ship Repair services. The Government intends to issue a solicitation for a
Firm-Fixed-Price (FFP) contract for the repair and continuous maintenance of United States Navy (USN)
Surface Ship USS DEWEY (DDG-105).
The anticipated scope of work includes, but not limited to the following work items known as Task Group
Instructions (TGI):
- 38K4212355-A01 DL001: Preservation of Forward Uptake and Intake/Uptake Space; accomplish
The work will be performed onboard Commander, Fleet Activities Yokosuka (CFAY), located in
Yokosuka Naval Base, Japan. The anticipated Period of Performance (POP) is from 14 Apr 2026 to 07
Sep 2026.
Projected Solicitation:
The Government anticipates issuing a Request for Proposal (RFP) on or about 30 MAR 2026. The
solicitation and any subsequent amendments will be made available through the System for Award
Management (SAM.gov) website.
Competition and Eligibility:
The solicitation upon issuance is intended only for sources duly authorized to operate and do business in
Japan, as prescribed by DFARS 252.225-7042. Additionally, to ensure the U.S. Navy receives
satisfactory repair effort to Navy ships, boats and crafts, the solicitation will require the offeror to possess
a current and active USN Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR)
issued by the U.S. Navy or NAVSUP FLCY.
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.
Set-asides:
No socio-economic set-asides will be used for this acquisition.
Point of Contact (POC):
- Ai Gillard, ai.gillard.ln@us.navy.mil Contracting Officer)
- Kumi Matsumoto, kumi.matsumoto.ln@us.navy.mil (Contract Specialist)
Additional Information:
This notice is NOT a request for proposals. The solicitation, when issued, will be available electronically
via the System for Award Management (SAM) website at https://sam.gov/. All responsible and eligible
sources may submit a quotation, bid, or proposal, as appropriate, in response to the subsequent
solicitation, which will be considered by the agency. It is the responsibility of interested parties to
monitor this site for the release of the solicitation and any subsequent amendments.
All questions regarding this pre-solicitation notice should be submitted in writing to the POC listed
above.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.