SEWER Truck Vehicle Repair
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 Air Force, specifically FA5270 18 CONS PK, is soliciting quotations for SEWER Truck Vehicle Repair parts. This requirement is for a 3-Stage Hydrostatic Vacuum Compressor Assembly (P/N 711-14516S3, Brand Name or Equal) to restore a VAC CON sewage maintenance truck (Model 312/1300M2, VIN #1FVHCYCS4LHLH5854). This is a Total Small Business Set-Aside. Quotes are due May 14, 2026, by 4:00 PM Japan Standard Time (JST).
Scope of Work
This purchase requirement is for parts to restore necessary systems for a sewage maintenance truck, MFMT Code D589, assigned to the JP-CES Ops fleet. The truck is used to clear ground water and sewage from work areas for maintenance/construction projects. The core deliverable is a 3-Stage Hydrostatic Vacuum Compressor Assembly, part number 711-14516S3, which must be a VAC CON brand or an approved equal. The quoted price must include shipping costs, with delivery required to Travis AFB, CA.
Contract & Timeline
- Opportunity Type: Solicitation (Request for Quotation - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) / 100% Small Business Set-Aside
- NAICS: 336390 (Miscellaneous Vehicular Components) with a size standard of 1000 employees
- Questions Due: May 4, 2026, 4:00 PM JST
- Quotes Due: May 14, 2026, 4:00 PM JST, via email
- Quote Validity: Until September 30, 2026
- Delivery: Required within 100 to 110 days after award to Travis AFB, CA.
- Published Date: April 24, 2026
Evaluation & Submission
Award will be made to the responsible offeror whose quotation represents the lowest total evaluated price, inclusive of shipping, or is otherwise determined to provide the best value. Offerors must quote on all Contract Line Item Numbers (CLINs) to be considered acceptable. All offerors must be registered in the System for Award Management (SAM).
Additional Notes
Attachment 1, "Provisions and Clauses.pdf," lists critical FAR and DFARS clauses incorporated by reference or in full text, including those related to electronic payment requests (WAWF) and other contractual obligations. Vendors are responsible for monitoring SAM for any amendments to this solicitation.
Contact Information
- Primary: Uchimura Nozomu (nozomu.uchimura.jp@us.af.mil, 3156344788)
- Secondary: Miyoko Hokama (miyoko.hokama.jp@us.af.mil, 3156343541)