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 for U.S. and Foreign Government vessels in the Tokyo Bay area, Japan. This is an UNRESTRICTED opportunity for a Performance-Based, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Contract with Firm-Fixed-Prices. Proposals are due by 4:00 PM JST on March 20, 2026.
Scope of Work
The contractor will provide bunkering and de-bunkering of NATO F76 and F44 (JP5) fuels. Services include operating, demurrage (formerly detention), cancellation, return, and oil boom services, along with 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 for clean petroleum products, and complying with Japanese safety and environmental laws. The contractor must also maintain a written Quality Control Plan (QCP) and adhere to MIL-STD-3004-1C for tank preparation. Estimated annual quantities are 395,000 barrels for bunkering and 30,000 barrels for de-bunkering per base period.
Contract Details
This is an IDIQ Single Award Contract with Firm-Fixed-Prices Line Items. The period of performance includes two base years: Base Year I (April 10, 2026 - April 09, 2027) and Base Year II (April 10, 2027 - April 09, 2028). The minimum order quantity for fuel is 1,000 barrels, with a maximum total quantity of 790,000 barrels across both base years.
Eligibility & Submission
This solicitation is UNRESTRICTED but is specifically intended for sources duly authorized to operate and do business in Japan as Prime Contractors, as prescribed by DFARS 252.225-7042. Prime Contractors outside Japan must submit proof of incorporation. Offers must be submitted electronically via email. Required submission items include a completed SF-1449, proposed prices for all CLINs, Past Performance Information (PPI), financial data (balance sheet, profit and loss statement, Financial Information Data Sheet), and a technical quote with vessel/barge specification sheets.
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, while price is significantly more important than past performance. Offerors must provide three past performance records.
Important Notes
This solicitation has undergone several amendments. The latest, Amendment 0004, extended the offer due date to March 20, 2026, and indicated forthcoming updates to the Performance Work Statement (PWS) and CLIN structure. Amendment 0001 clarified that the government does not mandate barge ownership, focusing instead on the capability to execute services safely and effectively, with prime contractors responsible for subcontractor compliance.