Procure Deburring Machine
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 the procurement of one (1) deburring machine for the X-17 Sheetmetal Shop at U.S. Naval Base Yokosuka, Japan. This is a competitive, unrestricted action for sources duly authorized to operate and do business as a Prime Contractor in Japan. Proposals are due February 9, 2026, 01:00 PM Japan Time.
Scope of Work
This solicitation requires a current production model deburring machine capable of manual deburring of sheet metal workpieces. Key requirements include operation on 210 VAC, 50 Hz, 3P3W electric power, and compliance with OSHA Safety and Health Standards. The contractor must furnish all labor, materials, equipment, and transportation. A local Japanese dealer network for maintenance and repair parts is mandatory.
Specific machine features include motorized roller brushes, a chip cover, the ability to deburr long sides without length limitation, and a dust collector with 90% or better filtration efficiency. Required accessories are a set of spare roller brushes and installation/operation/maintenance tools.
The contract includes an operational test at the manufacturer's facility before delivery, followed by delivery and installation at U.S. Naval Base Yokosuka, a post-delivery operational test, and two hours of training in Japanese for up to ten personnel. Pre-fabrication, operational test, instruction manuals, and completion documents are required submissions.
Contract & Timeline
- Type: Firm Fixed Price
- Delivery Date: On or Before June 30, 2026
- Set-Aside: Competitive, Unrestricted (for prime contractors authorized in Japan)
- NAICS Code: 333517
- Offer Due Date: February 9, 2026, 01:00 PM Japan Time
- Solicitation Issue Date: February 2, 2026
Submission & Evaluation
Proposals must be submitted on an "All or None" basis; partial or incomplete quotations will be ineligible. Required submissions include a signed SF 1449, a cost breakdown, earliest delivery date, and a published price list (if available). Requests for clarification must be submitted via email by February 4, 2026, 13:00 PM Japan Time. Evaluation will be based on Price and Past Performance (Best Value Tradeoff).
Additional Notes
This action incorporates various FAR and DFARS clauses by reference. Offerors may be required to submit additional documentation demonstrating their ability to perform in Japan prior to award. Consumption Tax exemption applies for U.S. Government purchases in Japan, with customs and tax exemption procedures outlined. Primary contact is Maya Ichikawa (maya.ichikawa.ln@us.navy.mil).