Procure two (2) Flush and Suction Cleaner for US Naval Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC),Yokosuka. Also see attachment 1 and 2 for more detail.
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 two (2) Flush and Suction Cleaners for the US Naval Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC) in Yokosuka, Japan. This is a Small Business Set-Aside opportunity, requiring offerors to be authorized to operate and do business in Japan. Proposals are due by March 24, 2026, at 10:00 AM (Japan Standard Time).
Scope of Work
The contract requires the provision of two Flush and Suction Cleaners for Shipfitter shop X-11 and Machinist shop X31. These units will be used for cleaning catcher tanks of waterjet cutting machines, utilizing a pump to flush water and mix sludge, and another pump for suction. The scope includes:
- Providing two new Flush and Suction Cleaners (refurbished products are not acceptable).
- Installation, operational testing, and operation/maintenance training (in Japanese for 8 operators and 6 maintenance personnel).
- Contractor to provide all materials, transportation, unloading, and labor.
- Equipment must meet specific technical specifications (size, weight, discharge pressure, suction height, tank capacity, material) and have Japanese display language.
- Required accessories include spare pumps, repair kits, filter bags, and safety stickers.
- Compliance with OSHA Safety and Health Standards (29 CFR 1910) and design for lockout devices.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Product Service Code: 4940 (Miscellaneous Maintenance And Repair Shop Specialized Equipment)
- Place of Performance: Bldg. A47 and A48, SRF-JRMC Yokosuka, Japan.
- Delivery Due: By September 30, 2026.
- Solicitation Published: March 9, 2026
- Proposal Due: March 24, 2026, 10:00 AM JST
Eligibility / Set-Aside
- This is a Small Business Set-Aside.
- Offerors must be authorized to operate and do business in Japan. Prime Contractors outside of Japan must submit documentation demonstrating compliance with DFARS 252.225-7042 (e.g., proof of incorporation).
Submission & Evaluation
- Submission Method: Quotations must be submitted via email to yoko.yamaguchi.ln@us.navy.mil.
- Required Submission Items: SF 1449, all solicitation amendments, detailed product information (specification, catalog copy), unit and total prices, breakdown of quotation, earliest delivery date, published price list (if available), and past performance information (optional).
- Evaluation Criteria: Award will be made to the responsible quoter considered most advantageous to the Government, based on price and past performance.
- Important Note: Quotations must be on an "ALL or NONE" basis; partial or incomplete quotations are ineligible for award.
Additional Notes
- Requests for clarification must be submitted in writing via email by March 16, 2026, at 14:00 PM (Japan Standard Time). All questions and answers will be provided via an amendment to the solicitation.
- The Government will not provide crane service or lifting equipment for unloading. Contractor must provide at least one supervisor on site during installation.
- Acceptance testing must be scheduled at least ten (10) working days in advance.