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 Transportation Services in the Tokyo Bay area, Japan. This opportunity seeks commercial services for U.S. Government-owned or chartered vessels and Foreign Government-owned vessels. The latest amendment extends the proposal deadline to March 26, 2026, at 4:00 PM Japan Standard Time (JST).
Scope of Work
The contractor will provide bunkering and de-bunkering services, including operating charges, demurrage (formerly detention), cancellation charges, oil boom services, rental of extra hoses, and oil/oily substance removal. Services involve the provision of clean petroleum products (NATO F76 and F44/JP5). Contractors must supply suitable and operable barges licensed for these products, ensuring compliance with Japanese safety and environmental laws. Key requirements include maintaining a written Quality Control Plan (QCP) and adhering to MIL-STD-3004-1C for cargo tank preparation. Tank cleaning and gas freeing of the contractor's vessels are the contractor's responsibility.
Contract Details
This is a Performance-Based, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Contract with Firm-Fixed-Prices Line Items. The period of performance includes Base Year I (April 10, 2026 - April 09, 2027) and Base Year II (April 10, 2027 - April 09, 2028). The maximum quantity is 790,000 barrels total (395,000 barrels per base year), with a minimum of 1,000 barrels per order. This acquisition is UNRESTRICTED, but is only open to 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 documentation (e.g., proof of incorporation) demonstrating compliance.
Submission Requirements
Offers must be submitted electronically and include:
- Completed SF-1449 cover page.
- Proposed prices for all Contract Line Item Numbers (CLINs), with a detailed breakdown (unit price, quantity, total for each base year, and grand total). Note that CLINs have been revised.
- Past Performance Information (PPI) using Attachment II, for three relevant contracts not older than three years.
- Financial data, including balance sheet, profit and loss statement, and the Financial Information Data Sheet (Attachment III) for local offerors.
- Technical quote with vessel/barge specification sheets.
- Documentation proving compliance with DFARS 252.225-7042 for non-Japan-based prime contractors.
Evaluation Factors
Award will be based on Technical Capabilities (most important), Price, and Past Performance. Technical capability is significantly more important than both price and past performance, while price is significantly more important than past performance.
Key Amendments & Notes
Multiple amendments have been issued, primarily extending the offer due date, updating the Performance Work Statement (PWS), and revising the CLIN structure. Offerors must review all amendments, especially Amendment 0005, which details significant CLIN modifications and updated contract clauses. Answers to vendor questions have been provided via amendment.