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, specifically NAVSUP FLT LOG CTR YOKOSUKA, is soliciting proposals for Bunkering / De-bunkering Transportation 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 Line Items. The latest amendment, Amendment 0005, extends the offer deadline to March 24, 2026, at 04:00 PM Japan Standard Time (JST).
Scope of Work
The contractor will provide bunkering and de-bunkering of NATO F76 and F44 (JP5) fuel for U.S. Government-owned or chartered vessels and Foreign Government-owned vessels. Services include operating charges, detention/demurrage charges, cancellation charges, oil boom services, rental of extra hoses, and oil/oily substance removal services. Key requirements include:
- Providing suitable and operable barges licensed to carry clean petroleum products.
- Strict compliance with Japanese safety and environmental laws and regulations.
- Maintaining a written Quality Control Plan (QCP).
- Executing oil spill response actions and ensuring proper tank cleaning and gas freeing of contractor vessels, adhering to MIL-STD-3004-1C standards.
- The Quality Assurance Surveillance Plan (QASP) outlines performance monitoring for safety, environmental compliance, quality control, schedule adherence, and property protection.
Contract Details
- Type: Performance-based, IDIQ Single Award Contract with Firm-Fixed-Prices Line Items.
- Period of Performance: Two base years: Base Year I (April 10, 2026 - April 9, 2027) and Base Year II (April 10, 2027 - April 9, 2028).
- Quantities: Minimum 1,000 barrels per order; maximum 790,000 barrels total (395,000 barrels per base year).
- Set-Aside: UNRESTRICTED.
- Eligibility: This solicitation is 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.
Submission & Evaluation
Offers must be submitted electronically via email. Required submission items include a completed SF-1449, proposed prices for all Contract Line Item Numbers (CLINs) with a detailed breakdown, Past Performance Information (PPI) using Attachment II, financial data via Attachment III (Financial Information Data Sheet, balance sheet, P&L), and a technical quote with vessel/barge specifications.
- Evaluation Factors: 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.
Key Dates & Contacts
- Offer Due Date: March 24, 2026, 04:00 PM Japan Standard Time (JST).
- Clarification Request Deadline: March 23, 2026, 2:00 PM JST. All Q&A will be provided via amendment.
- Contacts: Maria Mallari (mariacrispina.c.mallari2.ln@us.navy.mil) and Yoko Yamaguchi (yoko.yamaguchi.ln@us.navy.mil).