Replacement Service of Fuel Tank Truck Engine and Parts for the Government of Vehicle (GOV) Number N9653648 at Bldg. 1851, NAVFAC Transportation Area in the U.S. Commander Fleet Activities Yokosuka (CFAY), JAPAN by Non-Recurring Contract
ID: N4008425Q0800Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM FAR EASTFPO, AP, 96349-0013, USA

NAICS

General Automotive Repair (811111)

PSC

MAINTENANCE OF OTHER NON-BUILDING FACILITIES (Z1PZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking contractors to provide replacement services for the engine and parts of a fuel tank truck (Government Vehicle Number N9653648) located at Building 1851, U.S. Commander Fleet Activities Yokosuka, Japan. The contractor will be responsible for all labor, materials, and equipment necessary to complete the project within 180 days of contract award, adhering to OEM standards and safety regulations. This procurement is critical for maintaining operational efficiency and safety within the government vehicle fleet, ensuring that the truck is restored to optimal working condition. Interested contractors must submit their proposals by May 16, 2025, at 10:30 AM JST, and can direct inquiries to Sakiko Marterosario at sakiko.marterosario.ln@us.navy.mil or Toshiki Hisasue at toshiki.hisasue.in@us.navy.mil.

    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) issued by the U.S. Department of the Navy for the replacement service of a fuel tank truck engine and parts associated with a government vehicle at Building 1851, NAVFAC Transportation, Yokosuka, Japan. The acquisition is designated as a non-recurring, one-time contract, with the offer due by May 9, 2025, at 10:30 AM JST. The evaluation will be based on the lowest priced offer, with detailed submission requirements including pricing exclusively in Japanese yen, completed forms, and compliance with various federal regulations. Mandatory site visits and pre-quotation inquiries are addressed, alongside restrictions for local sourcing under the U.S.-Japan Status of Forces Agreement. The solicitation stresses the need for registered bidders in the System for Award Management (SAM) and highlights compliance obligations regarding the handling of covered telecommunications equipment. The overall purpose is to solicit competitive quotes that meet strict government standards for service contracts, while ensuring compliance with security and operational regulations, thus reflecting the government's commitment to transparency and fair procurement processes in public contracting.
    The document outlines a question and answer form related to a federal government Request for Proposal (RFP) identified as N4008425Q0800, aimed at the replacement of the fuel tank truck engine and parts for a specific government vehicle. The form provides a format for offerors to submit questions regarding the specifications of the vehicle. One specific inquiry requests the vehicle's dimensions and weight, to which the government has responded with exact details: a gross vehicle weight of 29,975 kg and dimensions of 7460 mm (length) x 2310 mm (width) x 2510 mm (height). The document emphasizes the RFP process by indicating that both questions and answers should reference precise specification sections or drawings, underlining the importance of clarity and compliance in governmental procurement processes. Overall, the content reflects critical procedural elements in federal contracting, ensuring transparency and providing necessary information to potential contractors.
    The government document outlines the Statement of Work for the replacement of the fuel tank truck engine and parts for Vehicle Number N96-53648 at the U.S. Commander Fleet Activities in Yokosuka, Japan. The Contractor is tasked with providing all necessary labor, materials, and supervision to complete this project within 180 calendar days. Key duties include transporting the vehicle to the Original Equipment Manufacturer (OEM) for repairs, replacing various components such as the engine, transmission, and axles, and performing operational tests post-replacement to ensure functionality. The Contractor must adhere to specific working hours, meet safety and environmental regulations, and maintain communication with government representatives regarding scheduling and safety inspections. Additionally, detailed plans for accident prevention and waste disposal are required to ensure compliance with Japanese laws and standards. The document emphasizes the need for qualified personnel, including a Project Manager and a Site Safety Officer, to oversee operations and guarantee quality. Overall, this initiative reflects the government's commitment to maintaining operational efficiency and safety standards within its vehicle fleet.
    The document pertains to a Request for Proposals (RFP) regarding the replacement of a fuel tank truck engine and parts for the Government of Vehicle (GOV) Number N96-53648. A question from a prospective offeror inquired about the necessity of the prime contractor holding a business permit for automobile overhaul services under the GOJ Road Transport Vehicle Law to provide required maintenance and repair services under the contract. The government clarified that the business permit is indeed essential. However, the Statement of Work will be amended to refer to "The Contractor" instead of "The Prime Contractor” to encourage broader competition among potential bidders. This decision reflects the government's goal of ensuring compliance while accommodating contractor capabilities. The document outlines structured communication regarding requirements for ensuring the proper execution of maintenance services as part of the procurement process. Overall, it captures key contractual obligations and compliance needs integral to government contracting practices.
    This Statement of Work outlines the requirements for replacing the engine and associated parts of a fuel tank truck (GOV N96-53648) at Bldg. 1851, NAVFAC Transportation Area, CFAY, Japan. The contractor is responsible for all labor, materials, and equipment necessary for the replacement, which must be conducted in accordance with OEM standards. The project timeline allows for completion within 180 days of contract award, with various administrative and safety requirements specified throughout the document. Key personnel, including a Project Manager and Quality Manager, must possess relevant qualifications and experience, ensuring effective project oversight and safety compliance. The contractor must submit regular reports, manage invoicing procedures, and adhere to environmental protection regulations regarding waste disposal. Safety protocols, including the development of an Accident Prevention Plan and adherence to local and international safety standards, are critical throughout the project lifecycle. The contractor is also required to perform operational tests post-repair, ensuring all systems are functioning correctly. This work outlines a detailed framework for a government contract, emphasizing quality, safety, and regulatory adherence in projects involving machinery maintenance and replacements. The overall objective is to ensure the fuel tank vehicle is restored to optimal operating condition while maintaining high safety and environmental standards.
    The document outlines a series of question-and-answer exchanges regarding a government solicitation for the replacement of a fuel tank truck's engine and components. It addresses key issues identified post-site visit, including potential additional repairs not covered in the existing Statement of Work (SOW) that may lead to the truck being inoperable if not addressed. The government indicated that while they may accept proposals for additional funding, it is contingent on what is submitted. There is also a mention of the option to use refurbished engine components to reduce costs, but all other parts must be replaced with new ones and warranty details are required. A deadline extension for the quotation due to a holiday period has been granted, along with guidance that contractors may submit modifications should additional repairs be needed. Finally, the document confirms that the government has drained most fuel from the tank, with a small residue remaining. Overall, this document serves to clarify expectations and procedures for contractors responding to the RFP.
    The file details a one-time contract for the replacement of the fuel tank truck engine and parts for Government Vehicle Number N96-53648, to be executed at the NAVFAC Transportation Area, U.S. Commander Fleet Activities Yokosuka, Japan. The contractor is responsible for providing all necessary resources, including labor, materials, and equipment, to ensure the vehicle is fully operational and meets OEM standards. The project must be completed within 180 days of award, with work aligned to specific government working hours and minimal disruption to normal operations. Key administrative requirements include submitting work schedules, accident prevention plans, and various reports during and after the project. Contractors must adhere to safety regulations and ensure safety accreditation for personnel. The contract outlines environmental protection and waste management protocols, requiring compliance with Japanese laws for hazardous and non-hazardous waste. The document emphasizes structured management of the project, including personnel qualifications, mandatory meetings, and meticulous record-keeping regarding both operational and safety aspects. This comprehensive approach ensures quality assurance and compliance throughout the execution of the contract while aligning with federal and state procurement standards.
    The document pertains to a Request for Proposal (RFP) identified as N4008425Q0800, which seeks bids for the replacement of the engine and parts of a fuel tank truck, specifically for the Government of Vehicle number N96-53648 located at Building 1851, under NAVFAC Transportation. It includes a question and answer section designed for interested offerors to submit inquiries regarding the RFP specifications. The attached worksheet is to be sent as an email attachment, ensuring proper communication of any queries about the project requirements. This document underscores the federal government's procurement process, emphasizing adherence to the Federal Acquisition Regulation (FAR) standards, which guide the acquisition of goods and services. Overall, it illustrates the federal effort to maintain vehicle functionality for government transportation needs through formal solicitations and structured inquiry mechanisms.
    This document serves as Amendment 0001 to solicitation N4008425Q0800, concerning the "Replacement Service of Fuel Tank Truck Engine and Parts" for U.S. Commander Fleet Activity Yokosuka, Japan. The amendment requires offerors to acknowledge receipt by returning specified forms and extends the due date for price proposals to May 16, 2025, at 10:30 am. It includes additional details such as a revised statement of work (SOW) and reference materials related to the procurement. The amendment clarifies that all other terms and conditions remain unchanged, emphasizing the importance of proper acknowledgment to avoid rejection of offers. The structure includes sections for contract identification, modifications, and acknowledgment instructions, reflective of standard practices in federal solicitations and amendments. This document underscores the necessity for compliance and timely response in government procurement processes, encapsulating key procedural elements vital for potential contractors.
    This document serves as Amendment 0002 to Solicitation N4008425Q0800 regarding the replacement service of a fuel tank truck engine and parts for the U.S. Commander Fleet Activity Yokosuka, Japan. It outlines the requirement for contractors to acknowledge receipt of this amendment through specific methods before the designated deadline to avoid the rejection of their offers. The amendment revises the statement of work and responds to contractor inquiries, with attachments containing the revised Statement of Work (SOW) and answers to related questions. Offerors must include acknowledgment of this amendment with their proposals; however, all other terms and conditions of the initial solicitation remain unchanged. This documentation underscores adherence to proper bidding protocols and ensures clarity in the proposal process for government contracts.
    This document is an amendment to solicitation N4008425Q0800 regarding the replacement service of a fuel tank truck engine and parts for the U.S. Government at the Commander Fleet Activity Yokosuka, Japan. The amendment outlines the procedures for acknowledging receipt of the amendment, specifying that offers must be acknowledged via designated methods prior to the submission deadline to avoid rejection. It includes instructions on changing pre-submitted offers, as well as a detailed identification section for tracking the amendment and contract information. The primary purpose of this amendment, labeled as Amendment 0003, is to address contractor inquiries, providing clarification as per the attached QA form. Offerors are instructed to acknowledge the amendment with their submissions, while all other solicitation provisions remain unchanged. This document illustrates the procedural requirements and formalities involved in federal contracting, emphasizing the importance of adhering to specific communication protocols to ensure offer validity and regulatory compliance in government procurement processes.
    Similar Opportunities
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Far East (NAVFAC FE), is seeking to procure two self-propelled, wheel-mounted, diesel engine-driven aerial platforms with a minimum platform loading capacity of 450 kg (992 lbs) for use at Commander Fleet Activities Yokosuka, Japan. This procurement aims to fulfill operational requirements for aerial work, emphasizing the need for reliable and efficient equipment in support of naval facilities. The acquisition will be conducted on a full and open competitive basis, with a Firm Fixed Price contract awarded to the lowest-priced, responsible offeror meeting the specified requirements. Interested parties must register in the System for Award Management (SAM) database and submit their quotations electronically via the Department of Defense Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    FY26 PROCUREMENT OF AN AERIAL PLATFORM 20M FOR NAVFAC FE
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking to procure a self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum capacity of 250 kg for delivery to Yokosuka, Japan. This procurement is part of a competitive solicitation process under NAICS code 333924, focusing on industrial truck and machinery manufacturing, and aims to fulfill operational needs at the Commander Fleet Activities Yokosuka. The contract will be awarded as a Firm Fixed Price to the lowest-priced, responsible offeror meeting the requirements, with a delivery timeline of 600 days. Interested vendors must register in the System for Award Management (SAM) and submit their electronic quotations via the DoD PIEE Solicitation Module, with inquiries directed to primary contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or secondary contact Amanda Jo at amanda.jo.civ@us.navy.mil.
    Sources Sought for USS Aircraft Carriers, Nuclear Propulsion (CVN) Ship Repair, Maintenance, Modernization, and Overhaul at Yokosuka, Japan
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka, is seeking contractors for the repair, maintenance, modernization, and overhaul of nuclear-powered aircraft carriers (CVN) at Yokosuka, Japan. The procurement involves complex non-dry-docking and non-scheduled maintenance tasks, including structural repairs, quality assurance, and various support services, under a five-year single-award Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) contract expected to commence in May 2027. This opportunity is critical for maintaining the operational readiness of the U.S. Navy's fleet and requires contractors to possess a Master Ship Repair Agreement (MSRA) and comply with Japanese shipbuilding laws. Interested parties must submit their qualifications and responses to the Sources Sought Questionnaire by November 21, 2025, and can direct inquiries to Samantha Salgado at samantha.c.salgado.civ@us.navy.mil.
    DESC2103C - Bulk Fuel Storage Tanks Phase II Yokota Air Base, Japan
    Buyer not available
    The U.S. Army Corps of Engineers, Japan District, is conducting market research for the "DESC2103C - Bulk Fuel Storage Tanks Phase II" project at Yokota Air Base, Japan. This Design-Bid-Build (DBB) contract involves the construction of a 100,000-barrel cut-and-cover JP-8 jet fuel storage tank, including a pump house and associated systems, with a project magnitude estimated between ¥2,500,000,000 and ¥10,000,000,000. The project is critical for enhancing fuel storage capabilities and ensuring compliance with U.S. and Japanese standards, emphasizing safety and cybersecurity measures. Interested local firms must respond by November 20, 2025, and can direct inquiries to Jiro Miyairi at jiro.miyairi@usace.army.mil or Jennifer Knutson at jennifer.h.knutson@usace.army.mil.
    PMRF Tug Services
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, is soliciting proposals for tugboat services to support the Pacific Missile Range Facility (PMRF) Detachment Far East located in Okinawa, Japan. The contractor will be required to provide tugboat services for a firm-fixed-price contract covering 20 days from January 5, 2026, to January 4, 2027, facilitating the transportation of personnel and various targets to designated operating areas. This service is critical for ensuring operational readiness and support for fleet operations in the region. Interested vendors, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Asaki Nakasone or Willie Harris via the provided email addresses, and must comply with specific security and operational requirements outlined in the solicitation documents.
    USS DEWEY (DDG-105) FY26 6C1 CNO Bundle #1, Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operations Availability (CNO) work on the USS DEWEY (DDG-105) during its FY26 maintenance period. This contract involves extensive ship repair, overhaul, preservation, and replacement tasks, encapsulated in fifty-one Task Group Instructions (TGIs), to be performed at the Commander, Fleet Activities Yokosuka Naval Base from March 30, 2026, to September 7, 2026. The selected contractor must possess an active U.S. MSRA/ABR as a Prime Contractor and is required to submit a detailed price proposal by November 20, 2025. Interested parties should direct inquiries to Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil for further information regarding the solicitation.
    USS DEWEY (DDG-105) FY26 6C1 SRA Bundle# 4 (Yokosuka, Japan)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS DEWEY (DDG-105) as part of the FY26 6C1 SRA Bundle 4, to be conducted at Commander, Fleet Activities Yokosuka Naval Base in Japan. The procurement encompasses a comprehensive package of work items detailed in the solicitation, which includes various inspection, repair, and preservation services for critical ship components, with a performance period from March 30, 2026, to September 7, 2026. This contract is vital for ensuring the operational readiness and longevity of naval vessels, reflecting the importance of maintaining the U.S. Navy's fleet capabilities. Interested contractors must submit their offers by November 17, 2025, at 10:00 AM Japan Standard Time, and can direct inquiries to Kumi Matsumoto or Ai Gillard via the provided contact information.
    USS DEWEY (DDG-105) FY26 6C1 CNO SRA(d) BUNDLE #2, Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for maintenance and repair services on the USS DEWEY (DDG-105) during its Chief of Naval Operations Availability (CNO) from March 30, 2026, to December 14, 2026. The contract encompasses a range of ship repair tasks, including overhaul, preservation, and replacement work, detailed in fourteen Task Group Instructions (TGIs) that address various components of the vessel. This procurement is critical for ensuring the operational readiness and structural integrity of the USS DEWEY, which plays a vital role in naval operations. Interested contractors must submit their proposals by November 17, 2025, and can direct inquiries to Kazuo Takamura at kazuo.takamura.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil for further information.
    WAREHOUSE STORAGE SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for warehouse storage services at NAVSUP FLT LOG CTR in Yokosuka, Japan. This contract, designated as N6264926Q0008, is aimed at Women-Owned Small Businesses (WOSB) and requires the provision of secure, climate-controlled indoor storage space capable of accommodating up to 859 pallets of kitted material for the USS BLUE RIDGE, along with necessary equipment and facility upkeep services. The selected contractor will be responsible for maintaining the facility, ensuring security, and complying with U.S. Navy and Japanese regulations, with a firm-fixed-price contract expected to commence on November 30, 2025, for a nine-month base period. Interested parties should contact Masayo Yamashita at masayo.yamashita.ln@us.navy.mil or by phone at 2438375 for further details and submission guidelines.
    USS BLUE RIDGE 5C1 DSRA TYCOM 7 (YOKOSUKA, JAPAN)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS BLUE RIDGE (LCC-19) as part of a Drydocking Selected Restricted Availability (DSRA) project. This procurement involves a comprehensive package of work items, including structural repairs, system testing, and maintenance tasks, with a performance period scheduled from July 21, 2026, to June 20, 2028. The selected contractor must possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) and be authorized to operate in Japan, ensuring compliance with stringent safety and quality standards. Interested parties must submit their proposals by October 17, 2025, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications via email to the designated contacts.