Bunkering / De-bunkering service at Tokyo Bay area in Japan for Commander Fleet Activities Yokosuka
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy / NAVSUP FLT LOG CTR YOKOSUKA is soliciting proposals for Bunkering and De-bunkering Services in the Tokyo Bay area, Japan, for Commander Fleet Activities Yokosuka. This is an UNRESTRICTED solicitation for a Performance-Based Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Contract with Firm-Fixed-Prices. Proposals are due April 03, 2026, at 04:00 PM Japan Standard Time (JST).
Scope of Work
The contractor will provide bunkering and de-bunkering services for U.S. Government-owned or chartered vessels and Foreign Government-owned vessels. This includes the provision of suitable and operable barges capable of handling clean petroleum products (NATO F76 and F44 (JP5)). Services encompass operating charges, detention/demurrage, cancellation charges, oil boom services, rental of extra hoses, oil/oily substance removal, and tank cleaning. All operations must comply with Japanese safety and environmental laws and regulations.
Contract Details
- Type: Performance-based IDIQ Single Award Contract, Firm-Fixed-Prices.
- Period of Performance: Two base years: Base Year I (April 10, 2026 - April 09, 2027) and Base Year II (April 10, 2027 - April 09, 2028).
- Quantities: Minimum 1,000 barrels per order; Maximum 790,000 barrels total (395,000 barrels per base year).
- Set-Aside: UNRESTRICTED.
- Eligibility: Open only to sources duly authorized to operate and do business in Japan as Prime Contractors. Prime Contractors outside Japan must provide documentation (e.g., proof of incorporation) demonstrating compliance with DFARS 252.225-7042.
Submission & Evaluation
Offers must be submitted electronically via email by the deadline. Required submission items include a completed SF-1449, proposed prices for all Contract Line Item Numbers (CLINs) with a detailed breakdown, Past Performance Information (three records not older than three years), financial data (balance sheet, profit and loss statement, Financial Information Data Sheet), and a technical quote with vessel/barge specifications. Offerors must acknowledge all amendments. Evaluation factors are: Technical Capabilities (most important), Price, and Past Performance. Technical capability is significantly more important than price and past performance, and price is significantly more important than past performance.
Amendments & Key Updates
Multiple amendments have been issued, extending the response due date to April 03, 2026. These amendments have also updated the Performance Work Statement (PWS), including revisions to insurance requirements (P1.7), vessel age/hull requirements (P1.9(a)), and return charges (P1.4(c)(iii)). The Contract Line Item Number (CLIN) structure has been revised, and answers to vendor questions have been provided.