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 Fleet Logistics Center Yokosuka, has issued Solicitation N6264926QB001 for Bunkering and De-bunkering Services in the Tokyo Bay area, Japan. This is a performance-based, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Contract with Firm-Fixed-Prices Line Items. The services are crucial for supporting Commander Fleet Activities Yokosuka. Proposals are due March 6, 2026, at 01:00 PM JST.
Scope of Work
The contractor will provide bunkering and de-bunkering of NATO F76 and F44 (JP5) fuel for U.S. Government-owned/chartered and Foreign Government-owned vessels. Services include operating, demurrage (formerly detention), cancellation, and return charges, along with oil boom services, extra hose rentals, and oil/oily substance removal. Key requirements include providing suitable, operable barges with specific tank capacities, licensed to carry clean petroleum products, and strict compliance with Japanese safety and environmental laws. Anticipated quantities per base period are 395,000 barrels for bunkering and 30,000 barrels for de-bunkering.
Contract Details
This is an IDIQ Single Award Contract with Firm-Fixed-Prices. The period of performance includes Base Year I (April 10, 2026 - April 9, 2027) and Base Year II (April 10, 2027 - April 9, 2028). The minimum quantity per order is 1,000 barrels, with a maximum total quantity of 790,000 barrels across both base years.
Eligibility & Requirements
This acquisition is UNRESTRICTED. Offerors must be 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. Contractors must maintain a written Quality Control Plan (QCP) and adhere to MIL-STD-3004-1C for tank cleaning. Local offerors will undergo a financial stability assessment via a "Management Self Diagnosis System," requiring submission of a Financial Information Data Sheet (Attachment III) and latest financial statements. The government does not mandate barge ownership; third-party barges are considered subcontracts, with the prime remaining fully responsible.
Submission & Evaluation
Proposals must be submitted electronically via email by the due date. Required submissions include a completed SF-1449, proposed prices for all CLINs, Past Performance Information (PPI) using Attachment II (not older than three years), financial data, and technical quotes (vessel/barge specifications). Evaluation factors are Technical Capabilities (most important), Price, and Past Performance. Technical capability is significantly more important than price and past performance, and offerors must be technically capable to be considered for award. Questions were due by February 27, 2026.
Key Amendments
Amendment 0001 (issued March 4, 2026) replaced the Performance Work Statement (PWS), changed "Detention Charge" to "Demurrage" for specific CLINs, modified FAR clause 52.244-6, and deleted certain FAR/other clauses. It also extended the Response Due Time to 01:00 PM while the Response Due Date remains March 6, 2026.
Contacts
Primary contacts are Maria Mallari (mariacrispina.c.mallari2.ln@us.navy.mil) and Yoko Yamaguchi (yoko.yamaguchi.ln@us.navy.mil).