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 / De-bunkering Transportation Services at the Tokyo Bay area in Japan for Commander Fleet Activities Yokosuka. This is an UNRESTRICTED acquisition for a performance-based, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Contract with Firm-Fixed-Prices. Offers are due by March 17, 2026, at 4:00 PM Japan Standard Time (JST).
Scope of Work
The contractor will provide bunkering and de-bunkering services for U.S. Government-owned or chartered vessels and Foreign Government-owned vessels. Services include operating charges, detention, cancellation, oil boom services, rental of extra hoses, oil/oily substance removal, disposal, and tank cleaning. Key requirements include:
- Providing suitable and operable barges licensed for clean petroleum products (NATO F76 and F44 (JP5)).
- Strict compliance with Japanese safety and environmental laws and regulations, including oil spill response.
- Maintaining a written Quality Control Plan (QCP).
- Adhering to MIL-STD-3004-1C for cargo tank cleaning procedures.
- Preventing loss or damage to Government Property. Anticipated quantities include 395,000 barrels for bunkering and 30,000 barrels for de-bunkering per base period.
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 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: Tokyo Bay area, FPO AP 96349 -0011, Japan.
Eligibility & Submission
This solicitation is UNRESTRICTED but is intended only 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 documentation demonstrating compliance (e.g., proof of incorporation). Required submission items include:
- Completed SF-1449.
- Proposed prices for all CLINs.
- 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).
- Technical quote with vessel/barge specification sheets. Quotes must be submitted electronically via email.
Evaluation Criteria
Award will be based on a best-value determination considering:
- Technical Capabilities: Most important, evaluated based on PWS paragraph 1.2 (b), (c), and (d). Offerors must be technically capable.
- Price: Significantly more important than past performance.
- Past Performance: Less important than technical capabilities and price.
Important Dates & Contacts
- Offer Due Date: March 17, 2026, 4:00 PM Japan Standard Time (JST).
- Primary Contact: Maria Mallari (mariacrispina.c.mallari2.ln@us.navy.mil).
- Secondary Contact: Yoko Yamaguchi (yoko.yamaguchi.ln@us.navy.mil).