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 services at the Tokyo Bay area in Japan for Commander Fleet Activities Yokosuka. This is an UNRESTRICTED performance-based, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award contract with Firm-Fixed-Prices. The final due date for offers is March 27, 2026, at 4:00 PM Japan Standard Time (JST).
Scope of Work
The contractor will provide bunkering and de-bunkering of clean petroleum products (NATO F76 and F44 (JP5)) for U.S. Government-owned or chartered vessels and Foreign Government-owned vessels. Services include operating charges, detention/demurrage, cancellation charges, oil boom services, rental of extra hoses, and oil/oily substance removal. Key requirements include providing suitable and operable barges with specific tank capacities, ensuring vessels are licensed to carry clean petroleum products, and complying with all Japanese safety and environmental laws and regulations. The contractor must maintain a written Quality Control Plan (QCP) and adhere to MIL-STD-3004-1C for cargo tank cleaning.
Contract & Timeline
- Contract Type: Performance-based, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award with Firm-Fixed-Prices Line Items.
- 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.
- Offer Due Date: March 27, 2026, 4:00 PM JST.
- Published Date: March 26, 2026.
Eligibility & Submission
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 demonstrating compliance (e.g., proof of incorporation). Offers must be submitted electronically via email and include:
- Completed SF-1449 cover page.
- Proposed prices for all Contract Line Item Numbers (CLINs), with a detailed breakdown for unit price/quantity, total for Base Year I, total for Base Year II, and grand total.
- Past Performance Information (PPI) using the provided form, with three records not older than three years.
- Financial data using the provided Financial Information Data Sheet and latest financial statements.
- Technical quote, including vessel/barge specification sheets.
Evaluation
Proposals will be evaluated based on 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. Offerors must be technically capable to be considered for award.
Additional Notes
This opportunity has undergone multiple amendments (up to 0007), primarily extending the offer due date and indicating forthcoming or implemented updates to the Performance Work Statement (PWS) and Contract Line Item Number (CLIN) structure. Amendment 0005 detailed significant modifications to CLINs and contract clauses. Bidders should review all amendments carefully for the latest requirements and submission instructions.