Skip to content
Department of Defense

USNS JOHN LEWIS (T-AO 205) MID-TERM AVAILABILITY (MTA)

Solicitation: N6264926RL006
Notice ID: ced966d05edd43abb49263552e5a7fe6
TypePresolicitationNAICS 336611PSCJ999DepartmentDepartment of DefenseAgencyDept Of The NavyStateAPPostedFeb 04, 2026, 12:00 AM UTCDueFeb 19, 2026, 08:00 AM UTCExpired

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: AP. Response deadline: Feb 19, 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 $20,448,118,707 • Share 51.8%
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.
51.8%
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
Not listed
State: AP
Contracting office
Fpo, AP • 96349-1500 USA

Point of Contact

Name
Keiko D’Agostino
Email
keiko.dagostino.civ@us.navy.mil
Phone
+65 6750 2839

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

This is a synopsis notice only. This is not a solicitation or request for proposal and no contract will be awarded from this notice. The information in this notification is subject to change and in no way binds the U.S. Government to award a contract.

The NAVSUP Fleet Logistics Center (FLC) Yokosuka Site Singapore intends to issue a competitive solicitation for the Mid-Term Availability (MTA) requirement for USNS JOHN LEWIS (T-AO 205) to all firms in the Seventh Fleet Area of Responsibility (AOR). The USNS JOHN LEWIS (T-AO 205) is tentatively scheduled from 12 October 2026 until 23 November 2026 for the MTA to be performed at a contractor shipyard in the Seventh Fleet AOR.

See the attached Work Item Index for the anticipated MTA requirement.

To be eligible for award, the offeror must have an active registration in the System for Awards Management (SAM.gov). Firms with inactive registrations will not be considered for award. Firms must be authorized to do business in the country of performance.

Submission Instructions for Capability Statement:

Ship repair firms interested in participating for this and future similar opportunities should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact.

The capability statement should include a brief description of your firm and the capabilities to perform a major ship repair overhaul at the shipyard. Highlight relevant work performed that corresponds with the requirements listed in the attached Work Item Index and include contract types, dollar value of work performed, number of employees, and the number of years your ship repair firm has been in business. Also include your firm’s website address, and, if applicable, experience repairing U.S. Navy ships. Responses should be five (5) pages or less.

Please email the capability statement to the Contract Specialist at keiko.dagostino.civ@us.navy.mil with Capability Statement – Synopsis USNS JOHN LEWIS Response in the subject field. All responses are due no later than fifteen (15) calendar days after the issue date of this synopsis notice. Telephone or fax submissions will not be accepted. The Government will only accept electronic submission of interest and capability.

Files

Files size/type shown when available.

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.