- 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 RAFAEL PERALTA (DDG-115) FY26 SIA BUNDLE #1
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: Yokosuka, Kanagawa • Japan. Response deadline: May 04, 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
The requirement is for ship repair, maintenance and overhaul of United States (US) Navy surface ship USS RAFAEL PERALTA (DDG-115), Surface Incremental Availability (SIA), in support of US Naval Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC). The work is composed of thirty-one (31) Task Group Instructions (TGIs) of various ship repair overhaul, preservation, and replacement work, mainly for the various tanks onboard the ship. The work also includes a Government requirement to establish the capability to support testing, quality assurance, technical documents and other requirements as necessary to accomplish the specified requirements. It places an administratively technical requirement on the contractor to provide a schedule and staffing plan for the identification and assignment of all contracted workers, as well as the coordination of the work to be performed by the contractor to ensure proper sequencing of work and the prevention of potential work stoppages or delays. In addition, the contractor is responsible for all labor, subcontractor management, supervision, coordination, quality control, quality assurance, quality management, safety management, environmental management, material, equipment, temporary services, and transportation necessary to perform the requirement. To improve Condition Found Report (CFR) turnaround time, a Growth CLIN will be implemented to accommodate anticipated growth works and will be processed utilizing the Growth Management Request (GMR) Level of Effort (LOE) to Completion.
Firms who do not possess an active U.S MSRA/ABR as a Prime Contractor are ineligible for award. This solicitation is intended only for sources duly authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042.
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.
Pursuant to FAR 5.202(a)(12), this is a non-mandatory synopsis. This solicitation is intended only for sources duly authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042.
1. REQUIREMENT: NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY) has a new requirement in support of the USS RAFAEL PERALTA). The repair and maintenance package of work items are included as Attachment (I) Work Specification(s) for TGIs.
2. PERIOD OF PERFORMANCE: From 18 Jul 2026 to 20 Sep 2026
3. PLACE OF PERFORMANCE: Yokosuka Naval Base
4. OFFER: Offerors must provide all information required by this solicitation no later than 4 May 2026 at 10:00 AM Japan Standard Time (JST).
5. WORK ITEM INFORMATION: Access to the work specification package listed in Section J as Attachment (I) may only be accessed through DoD SAFE. DoD SAFE is a secure U.S. Government repository which enables the sharing of large files and requires outside users to receive a drop-off request from the U.S. Government. Therefore, any offeror intending to provide a proposal to this solicitation shall request access by sending an email to: CS - miwa.takahashi2.ln@us.navy.mil, KO - ai.gillard.ln@us.navy.mil by 27 Apr 2026 10: 00 am JST. Once the U.S. Government receives the offeror’s access request, the U.S. Government will provide the offeror with a link and instructions to retrieve Attachment (I). Offerors shall note that access is only
available for 14 days once sent.
When submitting your proposal, you must specify any hazardous material in accordance with FAR 52.223-3 (Hazardous Material ID) and DFARS 252.223-7001.
When submitting your proposal, you must specify if you anticipate sea transportation in accordance with DFARS 252.247-7022.
If there is a time limit on your offer, you must specify this at submission of your proposal.
If there are any amendments to this RFP, please acknowledge them when submitting your proposal in the proposal comment section.
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.