Procure Hopper X71 for SRF-JRMC 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, specifically NAVSUP FLT LOG CTR YOKOSUKA, is soliciting proposals for the procurement of a Hopper X71 for the SRF-JRMC Yokosuka. This acquisition is for a new hopper with skid mounts to be used in sandblasting operations. The contract type is Firm Fixed Price, and the acquisition is unrestricted, though limited to sources authorized to operate and do business in Japan. Offers are due by March 6, 2026, at 10:00 AM JST.
Scope of Work
The requirement is for one (1) new, current manufacturer's production model hopper with skid mounts. This hopper will be utilized for sandblasting operations to remove rust and paint at the X-71 Paint Shop, SRF-JRMC, US Naval Base Yokosuka. Key specifications include:
- Applicable blasting media: Garnet grid (2.3 ton/m³) or Copper grid (1.8 ton/m³).
- Total weight (excluding blasting media) must be 2,646 lbs (1,200kg) or less.
- Blasting media capacity must be a minimum of 2,000 liters.
- Must include four (4) firmly welded lifting padeyes (painted yellow with SWL and "LIFT HERE" markings) and four (4) firmly welded brackets for forklift claws.
- A manual cut gate and handle must be installed at the bottom chute.
- All exposed ferrous parts must be corrosion-resistant painted, and hollow spaces must be drainable.
- Equipment notes and safety stickers must be in Japanese, English, or pictogram.
- Operational and maintenance training in Japanese for six (6) operators is required at the Yokosuka work site.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Unrestricted (but limited to sources authorized in Japan)
- Delivery Requested By: May 30, 2026
- Offer Due Date: March 6, 2026, 10:00 AM Japan Standard Time (JST)
- Published Date: February 25, 2026 (Amendment 0001)
- Clarification Request Deadline: February 25, 2026, 10:00 AM JST
Evaluation & Submission
Award will be made to the responsible quoter considered most advantageous to the Government, based on Price and Past Performance (Best Value Tradeoff). Quotations must be submitted on an "ALL or NONE" basis; partial or incomplete quotations are ineligible for award. Required submission items include:
- SF 1449 (signed)
- Price breakdown of the quotation
- Published price list (if available)
Eligibility
This solicitation is intended only for sources duly authorized to operate and do business in Japan, as prescribed by DFARS 252.225-7042. Prime Contractors outside of Japan must submit documentation demonstrating compliance with DFARS 252.225-7042 (e.g., proof of incorporation).
Additional Notes
Payment will be made via Electronic Funds Transfer (EFT). The contract incorporates various FAR and DFARS clauses by reference, including those related to Item Unique Identification and Valuation, Wide Area WorkFlow Payment Instructions, and Antiterrorism/Force Protection. Inspection and Acceptance will occur at the Destination: SRF AND JRMC YOKOSUKA.