This solicitation is for onsite low-
pressure air compressor (LPC) maintenance and repair services onboard a DDG-class naval vessel in Yokosuka, Japan. The government anticipates awarding a firm, fixed-price contract. Offerors must submit questions in writing via email no later than 3 calendar days prior to the solicitation's closing date. The contract will be awarded to the most advantageous offer based on technical factors (including delivery date), price, and past performance. All quoters must note any exceptions from the solicitation's terms, conditions, specifications, and/or the performance work statement (PWS). Submission of invoices will be via Wide Area Workflow (WAWF). The contractor must comply with USFJ and base security access protocols, including successful registration in the synchronized predeployment and operational tracker (SPOT) and possession of a valid letter of authorization (LOA) prior to the start of performance. Vendors requesting base access must register with the Defense Biometric Identification System (DBIDS). Contractor employees requiring access to the receiving activities operations area (OA) or industrial area (IA) will be issued a security pass/ID badge. Foreign nationals require prior written approval from Commander, Naval Sea Systems Command. The contractor is responsible for collecting and accounting for all identification passes issued to their personnel. The worksite is on a DDG-class naval vessel at the US Naval Ship Repair Facility and JRM, Yokosuka, Japan. The period of performance is from August 25, 2025, to October 2, 2025. Normal working hours are between 8:00 AM and 4:45 PM JST, Monday through Friday. Additional information regarding travel, accommodations, medical treatment, parking, restricted colors, radio restrictions, personal computers, photography, safety, environmental requirements, accident reporting, security, and access to federally controlled facilities is included. The contract incorporates numerous FAR and DFARS clauses, including those related to electronic submission of payment requests, assignment of claims overseas, wide area workflow payment instructions, gratuities, security requirements, commercial and government entity code maintenance, and others. The offeror must provide their name, SAM registered CAGE code number, email address, phone number, and company size (large or small). Registration in the System for Award Management (SAM) is required.