- 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 HIGGINS (DDG 76) 6C1 Farm Out Bundle#4
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: Yokosuka, Kanagawa • 96349 Japan. Response deadline: Apr 15, 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
NAVSUP Fleet Logistics Center Yokosuka (FLCY) N62649 FAR 5.101 Presolicitation notice
Date of this posting: 1 APR 2026
A forthcoming solicitation containing further information for this requirement is anticipated. Once a solicitation is issued, all responsible sources may submit a quotation, bid, or proposal, as appropriate, which will be considered by NAVSUP FLCY. If applicable, technical data will be provided at the time of solicitation.
(1) Point of contact (POC):
All questions regarding this pre-solicitation notice should be submitted in writing to the following NAVSUP FLCY personnel:
Peter Jommel Arrieta, peterjommel.s.arrieta.ln@us.navy.mil (Contracting Officer)
Kumi Matsumoto, kumi.matsumoto.ln@us.navy.mil (Contract Specialist)
(2) Set-asides:
No socio-economic set-asides will be used for this acquisition.
(3) Codes for services or supplies:
Classification Product Service Code (PSC): J999 – Non-Nuclear Ship Repair (West)
NAICS Code: 336611 – Ship Building and Repairing
(4) Description:
Ship repair and maintenance for Forward Deployed Naval Forces (FDNF) - USS HIGGINS (DDG 76) 6C1 Farm Out Bundle#4.
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 HIGGINS (DDG 76).
The anticipated scope of work includes, but not limited to the following work items known as Task Group Instructions (TGI):
- 38KB312258-A01: F/O – REPAIR CORROSION HOLE ON VENT SPOOL PLATING IN 1-378-0-Q
- 38KB312259-A01: F/O - REPAIR VERTICAL STIFFENER ON TRANSVERSE BULKHEAD FR 174 IN 02-174-0-Q
- 38KB312259-T01: FIREMAIN SYS (T & OP) – KTR
- 38KB312260-A01: F/O - REPAIR 02 LEVEL DECK PLATE IN 02-242-0-Q, FR 249 - 254, STBD
- 38KB312262-A01: F/O - REPAIR GENERAL CORROSION ON 01 LEVEL DECK PLATING IN 01-248-0-Q
- 38KB349312-A01: F/O - S/A 95660K, ACCOMPLISH STRUCTURAL, SHEET METAL, AND RIGGING WORK
- 38KB349312-T01: POTABLE WATER SYS (T & OP) – KTR
- 38KB359307-A01: F/O - REPLACE VCHT PIPING IN 3-97-02-L
- 38KB359307-T01: SEWAGE SYS (T & OP) – KTR
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 10 JUL 2026 to 08 FEB 2027.
The Government anticipates issuing a Request for Proposal (RFP) on or about 16 APR 2026. The solicitation and any subsequent amendments will be made available through the System for Award Management (SAM.gov) website.
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.
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.
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.