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 offers for Bunkering / De-bunkering services at the Tokyo Bay area in Japan for Commander Fleet Activities Yokosuka. This is a performance-based, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Contract with Firm-Fixed-Prices. Proposals are due by April 03, 2026, at 04:00 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. Services include the provision of clean petroleum products (NATO F76 and F44 (JP5)), operating charges, detention charges, cancellation charges, oil boom services, rental of extra hoses, and oil/oily substance removal services. Key requirements include:
- Providing suitable and operable barges with specific tank capacities, licensed to carry specified petroleum products.
- Compliance with all Japanese safety and environmental laws and regulations.
- Maintaining a written Quality Control Plan (QCP) and adhering to MIL-STD-3004-1C for cargo tank preparation.
- Performing oil spill response actions, including cleanup and disposal.
- Ensuring vessels are clean, gas-free, and ready for inspection.
Contract Details
- Contract Type: Performance-based, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Contract with Firm-Fixed-Prices Line Items.
- Period of Performance: Two base years, from April 10, 2026, through April 09, 2028 (Base Year I: 10 Apr 2026 - 09 Apr 2027; Base Year II: 10 Apr 2027 - 09 Apr 2028).
- Estimated Quantities: Minimum 1,000 barrels per order; maximum 790,000 barrels total (395,000 barrels per base year).
- Set-Aside: This acquisition is UNRESTRICTED.
- Place of Performance: Tokyo Bay area, FPO AP 96349 -0011, Japan.
Submission & Evaluation
Offers must be submitted electronically via email. Required submission items include:
- Completed SF-1449 cover page.
- Proposed prices for all Contract Line Item Numbers (CLINs), with a detailed breakdown for each CLIN, total for each base year, and a grand total.
- Past Performance Information (PPI) for contracts not older than three years.
- Financial data, including a balance sheet, profit and loss statement, and the Financial Information Data Sheet.
- Technical quote, including vessel/barge specification sheets. Evaluation factors are: Technical Capabilities (most important), Price, and Past Performance. Offerors must demonstrate technical capability to be considered for award.
Key Amendments & Notes
This solicitation has undergone multiple amendments, with the latest (P00009) extending the due date and incorporating answers to questions, updated CLIN structures, and a revised Performance Work Statement (PWS). This solicitation is intended only for sources duly authorized to operate and do business in Japan, as prescribed by DFARS 252.225-7042. Prime Contractors outside of Japan must submit documentation (e.g., proof of incorporation) demonstrating compliance.
Contact Information
For questions, contact Maria Mallari (mariacrispina.c.mallari2.ln@us.navy.mil) or Yoko Yamaguchi (yoko.yamaguchi.ln@us.navy.mil).