FY26 PROCUREMENT OF AN AERIAL PLATFORM 20M FOR NAVFAC FE
ID: N4008426Q1003Type: Solicitation
Overview

Buyer

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

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

TRUCKS AND TRUCK TRACTORS, WHEELED (2320)
Timeline
    Description

    The Department of Defense, through NAVFACSYSCOM FAR EAST, is seeking proposals for the procurement of one self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum working height of 20 meters for use at Commander Fleet Activities Yokosuka, Japan. The platform must meet specific requirements, including a minimum capacity of 249 kg, compliance with JIS or ISO standards, and delivery within 600 calendar days from the date of award. This procurement is crucial for supporting operational capabilities within the U.S. Navy, ensuring that the equipment meets stringent safety and performance standards. Interested contractors should note that the offer due date has been extended to January 20, 2026, at 02:00 PM Japan Standard Time, and can contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    This document outlines the mandatory specifications for the procurement of one self-propelled, wheel-mounted, diesel engine-driven, telescopic boom aerial platform for the U.S. Navy in Yokosuka, Japan. Key requirements include a minimum 250 kg platform capacity, newest model and year at delivery, compliance with JIS or ISO standards, and specific dimensions (e.g., minimum 20-meter working height). The platform must be manufacturer's standard color, with specific U.S. Navy identification markings and rustproofing. Electrical systems, engine displacement, safety devices, and lighting must also meet manufacturer standards. Additional requirements include protection boots for hydraulics, a clear cover for the bucket control panel with Japanese and English indicators. The contractor must provide operational demonstrations and maintenance answers in Japanese at the U.S. Government facility in Yokosuka, Japan. A warranty no less favorable than the manufacturer's standard commercial warranty is required, with service within a 50-kilometer radius of the delivery point. Technical publications (shop repair manuals, part catalogs) in Japanese (CD/CD ROM) and operator manuals in English and Japanese are required. Delivery is within 600 calendar days to NAVFACFE, Transportation, Yokosuka, with all transportation charges borne by the contractor. Final inspection and acceptance will occur at the time and place of delivery.
    This document,
    This document is an amendment to Solicitation Number N4008426Q1003, issued by NAVFAC Far East, primarily concerning the procurement of vehicles. The amendment revises key terms and conditions for quoters, notably reducing the firm-price hold period from 120 to 60 days. It also addresses Requests for Information (RFIs) by providing government responses and replacing the original specification with a revised version. Furthermore, the quantity for CLIN 0001 has been reduced from two to one. The document outlines procedures for Japanese Consumption Tax exemption, emphasizes the importance of System for Award Management (SAM) registration, and details the 2% Federal excise tax withholding for foreign contractors. It provides instructions for submitting pre-quotation inquiries and electronic quotations via the PIEE website, specifying that offers must be in Japanese Yen. The amendment also reserves the right to consider late quotations and discusses pre-award surveys to assess offeror qualifications. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 to Solicitation N4008426Q1003 addresses Requests for Information (RFIs) by providing government responses. The amendment clarifies that the quote due date remains unchanged and that all other terms and conditions of the original solicitation are still in full force and effect. This document, issued by NAVFACSYSCOM FAR EAST, is a standard form for amending solicitations or modifying contracts within the federal government procurement process.
    This government file is an amendment to solicitation number N4008426Q10030004, issued by NAVFACSYSCOM FAR EAST. The primary purpose of this amendment is to extend the offer due date by one day, from January 19, 2026, to January 20, 2026, both at 02:00 PM Japan Standard Time. The document outlines the methods for offerors to acknowledge receipt of this amendment, such as completing specific items on the form, acknowledging it on each offer copy, or sending a separate letter or electronic communication. It also states that all other terms and conditions of the original solicitation remain unchanged. This amendment ensures that potential contractors are aware of the revised deadline for submitting their offers.
    Naval Facilities Engineering Systems Command, Far East (NAVFAC FE) issued a pre-solicitation notice (N4008426Q1003) for commercial items under NAICS code 333924, focusing on industrial truck and machinery manufacturing. This acquisition is for procuring a self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum 250 kg capacity, to be delivered to Yokosuka within 600 days. The procurement will be fully open and competitive, with a Firm Fixed Price contract awarded to the lowest-priced, responsible offeror meeting requirements. Interested parties must view the solicitation on the DoD PIEE and SAM websites and register with an active status in the System for Award Management (SAM) database prior to the closing date to be eligible for award. Electronic quotation submission through the DoD PIEE Solicitation Module is required, necessitating an active Proposal Manager role. This notice is not a request for proposal or a commitment to award a contract.
    This document is Amendment 0001 to Solicitation N4008426Q1003, issued by NAVFAC Far East, primarily extending key deadlines. The question submittal due date is now December 23, 2025, and the offer due date is January 19, 2026. It outlines procedures for acknowledging amendments and emphasizes the importance of timely submissions through the DoD Solicitation Module in the PIEE website. The amendment also details the Japanese Consumption Tax exemption for US Armed Forces procurements, requiring offerors to exclude this tax from their bids. It specifies that offers must be priced in Japanese Yen and highlights the requirement for all offerors to be actively registered in the System for Award Management (SAM) database. Additionally, the document addresses the 2% Federal excise tax withholding for foreign entities, providing guidance on claiming exemptions via IRS Form W-14. It also describes the roles of government representatives, outlines conciliation procedures for disputes, and details instructions for offerors regarding quotation content and pre-award surveys.
    This notice clarifies a correction to the due date on the Solicitation module (PIEE) as outlined in Amendment-1. Offerors are not required to acknowledge this notice when submitting their quotes.
    This document,
    This document, N4008426Q1003, is an Attachment 2, Question and Answer Form, for a Request for Quotation (RFQ) concerning the FY26 procurement of a 20M aerial platform for NAVFAC FE, Yokosuka. It addresses offeror questions regarding specifications and solicitation details. Key clarifications include the acceptance of an aerial platform with a 249kg unrestricted capacity and an overall length of 10,010mm, revising the initial requirements of 250kg and 10,600mm, respectively. The document also confirms that the required quantity of vehicles is one, correcting a discrepancy in the solicitation that listed two. Furthermore, it clarifies that a government-owned crane and crew will perform man-lift off-loading, requiring vendors to provide lifting specifications for a lift plan. Finally, it specifies that offerors must fill out blocks 17a, 30a, 30b, and 30c on the submission form, clarifying previous conflicting instructions.
    This government solicitation outlines mandatory specifications for the procurement of one self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform for the U.S. Navy. Key requirements include a minimum 249 kg platform capacity, newest model and year at delivery, and compliance with JIS or ISO standards. Specific dimensions are mandated: 10,010 mm overall length, 2,400 mm width, and 2,000 mm height, with a minimum 20-meter working height and 17.4-meter working radius. The vehicle must have manufacturer's standard exterior color, rustproofing, undercoating, electrical systems, and engine displacement. It also requires specific U.S. Navy identification markings, lifting eyes, headlights, platform working lights, protection boots for hydraulics, and a bucket control panel with Japanese and English indicators. Miscellaneous requirements include manufacturer's standard accessories, on-site operational demonstrations and maintenance discussions in Yokosuka, Japan, a warranty with a service dealer within a 50 km radius, a Certificate of Transfer, and technical publications in Japanese and English. Delivery is required within 600 calendar days to NAVFACFE, Transportation, Yokosuka, with final inspection and acceptance upon delivery.
    The government solicitation N4008426Q1003 is an RFP for the procurement of two diesel-engine-driven, self-propelled, wheel-mounted aerial platforms with telescopic booms and a minimum 250 kg platform capacity for NAVFAC FE, Yokosuka Area. This acquisition is set aside for Women-Owned Small Businesses (WOSB) and requires quotes to be priced in Japanese Yen, with payment also made in Yen. Key requirements include a 600-calendar-day delivery period from the date of award. The contract emphasizes electronic invoicing via Wide Area WorkFlow (WAWF) and mandates unique item identification and valuation for delivered items. The document incorporates numerous FAR and DFARS clauses, covering aspects like antiterrorism measures, tax relief, and various socioeconomic programs, ensuring comprehensive compliance and contractor responsibility.
    Similar Opportunities
    Crane and Rigging
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, Japan, is soliciting proposals for crane and rigging services for the USS Preble (DDG-88). The procurement requires contractors to provide a 70-ton crane and a qualified crew, including a crane operator, a rigger-in-charge, and two riggers, to facilitate weightlifting, handling, and rigging operations for material transfers between the ship and pier, as well as movement within the ship. This service is critical for ensuring the safe and efficient operation of naval logistics and maintenance activities. Interested parties must submit their offers by January 6, 2026, and can direct inquiries to Maya Ichikawa at maya.ichikawa.ln@us.navy.mil or by phone at 0468167446.
    YC-1381 OVERHAUL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the overhaul of the YC-1381 vessel, with a performance period from March 1 to June 30, 2026. This procurement requires contractors to provide comprehensive labor, materials, and equipment for maintenance tasks, including towing, dry docking, hull cleaning, and structural repairs, adhering to specific naval standards and regulations. Eligible firms must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and be authorized to operate in Japan. Proposals are due by January 22, 2026, and interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil for further information.
    WORK BOAT LARGE-1 (WBL-1) OVERHAUL, YOKOSUKA, JAPAN
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the overhaul of the Work Boat Large-1 (WBL-1) in Yokosuka, Japan. This firm-fixed-price contract requires compliance with high marine industry standards for various maintenance tasks, including dry docking, hull preservation, and engine repairs, to support Commander, Fleet Activities Yokosuka. The overhaul is critical for maintaining operational readiness and safety standards for naval operations. Interested contractors must possess an active U.S. MSRA/ABR and be authorized to operate in Japan, with proposals due by January 21, 2026, at 10:00 AM JST. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Peter Arrieta at peterjommel.s.arrieta.ln@us.navy.mil.
    MEZZANINE REMOVAL
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Yokosuka, is soliciting quotes for the removal of a mezzanine located on the first floor of building 480 at the SRF-JRMC Detachment in Sasebo, Japan. The project aims to eliminate an obstruction that interferes with overhead crane operations, which is critical for timely ship work and overall ship availability. Contractors are required to provide all necessary materials, equipment, and personnel for the removal process, along with a planned maintenance schedule, while also being responsible for their own transportation, meals, and lodging during the contract period. Interested parties should contact Jason M. Rankin at jason.m.rankin6.civ@us.navy.mil or by phone at 81956502873 for further details, and must comply with various federal regulations, with payments processed in Japanese Yen through the Wide Area WorkFlow system.
    Berthing and Messing Barge YRBM-57 Intermediate Maintenance Availability (IMAV)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Intermediate Maintenance Availability (IMAV) of the Berthing and Messing Barge YRBM-57, with a performance period from March 1 to June 15, 2026, at Yokosuka Naval Base in Japan. The procurement includes critical repair and upgrade tasks such as the installation of split air conditioning systems, inspection of sewage collection and holding tanks, and replacement of the cosmetic polymeric deck covering system, all of which require adherence to NAVSEA standards and the contractor's possession of an active U.S. Navy Master Agreement for Repair and Alteration of Vessels (MARAV). Interested contractors must submit their proposals by January 5, 2026, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications by contacting Kazuo Takamura or Peter Arrieta via email.
    Barge Rental Service- Amendment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a barge rental service as outlined in the recent solicitation from NAVSUP FLT LOG CTR Yokosuka. This procurement aims to secure the rental of ships, small craft, pontoons, and floating docks, which are essential for various operational needs within the naval logistics framework. The services will be performed in Yokosuka, Kanagawa, Japan, highlighting the strategic importance of maritime transportation in supporting naval operations. Interested vendors can reach out to Maya Ichikawa at maya.ichikawa.ln@us.navy.mil or by phone at 0468167446 for further details regarding the amendment and submission requirements.
    USS BLUE RIDGE 5C1 DSRA TYCOM 7 (YOKOSUKA, JAPAN)
    Dept Of Defense
    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.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    LCU-1651 DSRA 6B1 44pkg (svc)
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the LCU-1651 vessel, with a focus on a comprehensive scope of work involving forty-four Industrial Control Numbers (ICNs) and anticipated growth work. The procurement aims to address critical maintenance needs, including structural repairs, preservation tasks, and upgrades essential for the operational readiness of the vessel, which plays a vital role in naval operations. Interested contractors must possess a current Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) with the U.S. Navy, with the contract expected to be awarded by January 30, 2026. For further inquiries, contractors can contact Hiromi Kurita at hiromi.kurita.ln@us.navy.mil or Jason M. Rankin at jason.m.rankin6.civ@us.navy.mil.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG-105) during its scheduled maintenance period from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Eligible contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and are required to manage Government Furnished Material (GFM) while adhering to strict NAVSEA and SRF-JRMC standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring they meet the necessary safety and performance standards. Proposals are due by January 2, 2026, with access to work specifications available through DoD SAFE upon request by December 22, 2025; interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information.