Skip to content
Department of Defense

SOURCES SOUGHT NOTICE - USS MCCAMPBELL (DDG-85) Non-skid and Interior Docking Work

Solicitation: N6264926RAMCB
Notice ID: 93633684c86d47398a079a5323a35cfa
TypeSources SoughtNAICS 336611PSCJ999DepartmentDepartment of DefenseAgencyDept Of The NavyPostedFeb 22, 2026, 12:00 AM UTCDueMar 06, 2026, 01:00 AM UTCCloses in 11 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: Yokosuka, Kanagawa • 96349 Japan. Response deadline: Mar 06, 2026. Industry: NAICS 336611 • PSC J999.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$10,593,880,397
Sector total $20,341,046,444 • Share 52.1%
Live
Median
$855,039
P10–P90
$45,999$21,186,181
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
52.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($10,593,880,397)
Deal sizing
$855,039 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Yokosuka, Kanagawa • 96349 Japan
Contracting office
Fpo, AP • 96349-1500 USA

Point of Contact

Name
Kumi Matsumoto
Email
kumi.matsumoto.ln@us.navy.mil
Phone
0468166804
Name
Ai Gillard - Contracting Officer
Email
ai.gillard.ln@us.navy.mil
Phone
01181468163805

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP GLOBAL LOGISTICS SUPPORT • NAVSUP FLC YOKOSUKA • NAVSUP FLT LOG CTR YOKOSUKA
Contracting Office Address
Fpo, AP
96349-1500 USA

More in NAICS 336611

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 USS MCCAMPBELL (DDG-85), are seeking interested contractors with Ship Repair and Maintenance, and execution experience to provide scheduled dry-docking maintenance availabilities.

The following works will be performed aboard the vessel at U.S. Naval Installation Commander Fleet Activities Yokosuka (CFAY), Yokosuka, Japan;

1. Weather Deck 02 Level Fr 242 Port Aft of Stack in 02-224-4-X

Remove approximately 700 square feet of peel and stick non-skid and replace with Comp G non-skid

2. Weather Deck 02 Level, Fr 242 Stbd Aft of Stack in 02-242-3-X

Remove approximately 300 square feet of peel and stick non-skid and replace with Comp G non-ski

3.Central Control Station and Damage Control Central in 1-268-0-C

Remove and replace approximately 300 square feet of High Durability Deck Coating, MIL-PRF-32584, TYPE II

    

This Sources Sought Notice 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 notice is to determine interested parties, availability, capabilities, and qualifications. The U.S. Government intends to use responses to this sources sought notice to make an appropriate acquisition decision for the following requirement(s):

Contract Type: Single award Firm-Fixed-Price Service Contract

Estimated POP: 27 APR 26 to 29 MAY 26

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). 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. Contractors doing business in Japan are subject to all applicable Japanese laws, including the Shipbuilding Act (Act No. 129 of 1950), the Small Shipbuilding Industry Law (Law No. 119 of 1966), and all environmental laws (e.g., The Water Pollution Prevention Act (No. 138 of 1970).

Interested companies should respond to this notice by submitting, via email to the Contracting Officer (ai.gillard.ln@us.navy.mil) and Contract Specialist (kumi.matsumoto.ln@us.navy.mil) with the subject line "Sources Sought - USS MCCAMPBELL (DDG-85) - Non Skid and interior Decking Work 6A1 CMAV"  no later than 06 MAR 2026, 1000 Japan Standard Time (JST).  

a. Company name, point of contact, telephone numbers, e-mail address, company Cage Code, and SAM Unique Entity ID.

b. Capability Statement; Demonstrating their ability to perform the services described above. 

c. Clearly indicate whether your company intends to submit a proposal. If no, please explain why so the Government may evaluate mitigation factors for increasing competition.

REMARKS:  The subject requirement 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 requirement 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.

Thank you for your time and for your continued support with the United States and United States Navy.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.