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 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 Line Items. The latest amendment extends the offer due date to March 31, 2026, at 4:00 PM Japan Standard Time (JST).
Scope of Work
This opportunity requires the provision of bunkering and de-bunkering services for U.S. Government-owned or chartered vessels and Foreign Government-owned vessels. Key services include operating charges, detention/demurrage, cancellation charges, oil boom services, rental of extra hoses, and oil/oily substance removal. Contractors must provide suitable and operable barges capable of carrying clean petroleum products (NATO F76 and F44 (JP5)), licensed to operate in Japan, and compliant with all Japanese safety and environmental laws. A written Quality Control Plan (QCP) and oil spill response capabilities are mandatory. Detailed requirements for cargo tank cleaning (MIL-STD-3004-1C) must be adhered to.
Contract Details
- Contract Type: Performance-based, 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).
- Place of Performance: FPO AP 96349 -0011, Japan.
Eligibility & Submission
This is an Unrestricted solicitation intended only for sources duly authorized to operate and do business in Japan as Prime Contractors. Prime Contractors outside of Japan must submit documentation demonstrating compliance with DFARS 252.225-7042 (e.g., proof of incorporation). Offers must be submitted electronically via email. Required submission items include a completed SF-1449, proposed prices for all CLINs with a detailed breakdown (unit price, quantity, total for each base year, grand total), Past Performance Information (PPI) using the provided form, financial data (balance sheet, profit and loss statement) using the Financial Information Data Sheet, and technical quotes (vessel/barge specifications).
Evaluation Criteria
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 provide three past performance records.
Important Notes & Amendments
Multiple amendments have been issued, primarily extending the due date and indicating forthcoming updates to the Performance Work Statement (PWS) and Contract Line Item Number (CLIN) structure. Amendment 0005 specifically detailed significant modifications and deletions to CLINs and updated contract clauses. Vendors were previously able to submit requests for clarification by March 23, 2026. Bidders must ensure their quotations reflect the latest revised CLIN structure and updated PWS. The government does not mandate barge ownership; capability to execute services safely and effectively is key.