Yokohama, Japan S&RTS
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 U.S. Transportation Command (USTRANSCOM) is conducting market research for Stevedoring and Related Terminal Services (S&RTS) in Yokohama, Japan. This Presolicitation/Sources Sought aims to gather industry capabilities for an anticipated Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a base period from April 1, 2027, through March 31, 2032, plus an optional six-month extension. Responses are due by May 25, 2026, 6:00 A.M. CDT.
Purpose
This Request for Information (RFI) is for informational and planning purposes only and does not constitute a solicitation or promise of contract award. USTRANSCOM will use the gathered information to inform its acquisition strategy, assess market solutions, and consider small business participation for the upcoming S&RTS requirement in Yokohama and East Japan.
Scope of Work
The anticipated IDIQ contract will cover Stevedoring and Related Terminal Services for the import and export of designated U.S. Government (USG) cargo. This includes providing management, labor, tools, equipment, supplies, and materials necessary for S&RTS operations. A draft Performance Work Statement (PWS) is provided as Attachment 3 for industry review and comment.
Contract Details
- Type: Sources Sought / Market Research (anticipates IDIQ contract)
- Anticipated Period of Performance: April 1, 2027 – March 31, 2032 (base), with an optional six-month extension.
- NAICS Code: 488320, Marine Cargo Handling
- Small Business Size Standard: $47,000,000.00
- Set-Aside: None specified; USTRANSCOM encourages responses from businesses of all sizes and socioeconomic categories (including HUBZone, SDVOSB, Veteran-Owned, SDB, 8(a), Women-Owned, Economically Disadvantaged Women-Owned).
Submission Requirements
Interested parties must review the attached RFI (TRANSCOM26R008) and its three attachments.
- Complete Attachment 1 (Information Sheet), providing company details, SAM registration status, business size, and acknowledgment of subcontracting limitations.
- Complete Attachment 2 (Market Research Survey), detailing capabilities in areas such as company registration in Japan, ability to perform PWS services, foreign commercial contract experience, labor/equipment capacity, recent S&RTS projects, operational readiness, and potential barriers to entry.
- Responses should be tailored and no more than five (5) pages, excluding the title page and cover letter.
- Submission Method: Email responses to Cassandra Range (cassandra.a.range.civ@mail.mil) and Connor Breyer (connor.n.breyer.civ@mail.mil).
- Response Due: May 25, 2026, 6:00 A.M. CDT.
Additional Notes
Proprietary information should be marked appropriately. USTRANSCOM will not reimburse costs incurred for preparing responses. Respondents are encouraged to provide suggestions for improving the procurement, including innovative solutions and comments on the draft PWS.