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 in the Tokyo Bay area, Japan. This is a Performance-Based, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Contract with Firm-Fixed-Prices. The acquisition is UNRESTRICTED, but requires offerors to be authorized to operate and do business in Japan as Prime Contractors. Proposals are due March 13, 2026, at 01:00 PM Japan / Korea Standard Time.
Scope of Work
The contractor will provide bunkering and de-bunkering services for U.S. Government-owned/chartered or Foreign Government-owned vessels. Services include:
- Operating charges, detention/demurrage, and cancellation charges.
- Oil boom services, rental of extra hoses, and oil/oily substance removal.
- Tank cleaning.
- Provision of clean petroleum products (NATO F76 and F44 (JP5)).
- Compliance with Japanese safety and environmental laws and regulations.
- Maintenance of a written Quality Control Plan (QCP).
- Adherence to MIL-STD-3004-1C cleaning standards for cargo tanks.
- Oil spill response actions, cleanup, and disposal.
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: Tokyo Bay area, FPO AP 96349-0011, Japan.
Submission & Evaluation
- Proposal Due Date: March 13, 2026, 01:00 PM Japan / Korea Standard Time.
- Submission Method: Electronically via email.
- Required Submission Items:
- Completed SF-1449 cover page.
- Proposed prices for all Contract Line Items (CLINs).
- Past Performance Information (PPI) form (Attachment II).
- Financial data (balance sheet, profit and loss statement, Financial Information Data Sheet - Attachment III).
- Technical quote, including vessel/barge specification sheets.
- Evaluation Factors: Technical Capabilities (most important, based on PWS paragraph 1.2 (b), (c), and (d)), Price, and Past Performance. Technical capability is significantly more important than price and past performance, and price is significantly more important than past performance.
Eligibility & Notes
This acquisition is UNRESTRICTED. However, it 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 of Japan must provide proof of incorporation. Amendment 0002 extended the due date to accommodate an upcoming PWS change. Contacts: Maria Mallari (mariacrispina.c.mallari2.ln@us.navy.mil) and Yoko Yamaguchi (yoko.yamaguchi.ln@us.navy.mil).