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 NAVFAC Far East, is soliciting proposals for the procurement of a 20-meter aerial platform, specifically two diesel-engine-driven, self-propelled, wheel-mounted units, for use at Commander Fleet Activities Yokosuka, Japan. The contract is set aside for Women-Owned Small Businesses (WOSB) and requires that quotes be submitted in Japanese Yen, with a delivery period of 600 calendar days from the date of award. This procurement is critical for enhancing operational capabilities within the U.S. Navy, ensuring compliance with safety and performance standards. Interested offerors must submit their quotes by January 19, 2026, and are encouraged to direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil for further clarification.

    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,
    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.
    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
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM FAR EAST, is soliciting bids for the procurement of two 36-meter aerial platforms for NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, with a minimum loading capacity of 450 kg, and must comply with specific dimensions and safety standards. These aerial platforms are crucial for various operational tasks within the naval facilities, ensuring efficient and safe access to elevated work areas. Interested contractors must submit their offers by December 23, 2025, at 2:00 PM Japan Standard Time, and are required to acknowledge the amendment to the solicitation. For further inquiries, potential bidders can contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or by phone at 81468161643.
    2 (two) 5K Forklift Lease and Maintenance for 12 Months plus two 12 months option periods.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking proposals for the lease and maintenance of two 5K forklifts for a duration of 12 months, with the option to extend for two additional 12-month periods. This procurement aims to ensure the availability of reliable material handling equipment, which is crucial for operational efficiency at the specified location. Interested vendors should note that this opportunity is set aside for small businesses, in accordance with FAR 19.5, and the primary point of contact for inquiries is Brandon Lee, who can be reached at brandon.r.lee.civ@us.navy.mil. Proposals must be submitted in accordance with the solicitation guidelines, with further details available upon request.
    Rental of JLG Manlifts (Brand Name Required)
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking proposals from qualified small businesses for the rental of five JLG brand manlifts, specifically three 600AJ and two 600S models. This procurement is essential for supporting submarine overhaul operations at the shipyard, emphasizing the need for brand-name equipment to meet specific operational requirements. Interested vendors must submit their quotes by December 12, 2025, at 3:00 PM EST, ensuring compliance with all technical specifications and operational security requirements outlined in the solicitation documents. For further inquiries, potential bidders can contact Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil or Alyssa Cress at alyssa.a.cress.civ@us.navy.mil.
    25--DAVIT,VEHICLE,BOOM
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 89 units of the NSN 2590009532172 DAVIT, VEHICLE, BOOM, under a Combined Synopsis/Solicitation notice. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 10 orders per year and a guaranteed minimum quantity of 13 units. The items are critical components for military armored vehicles and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's website.
    25--CAB,TRUCK LIFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of two truck lift units, identified by National Stock Number (NSN) 2510016167872. The solicitation is a Request for Quotation (RFQ) and requires delivery to DLA Distribution within 157 days after order placement, with the approved source being 1NWY2 EP-0008276. These truck lifts are critical components for vehicular equipment, ensuring operational efficiency and safety in military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    HOISTING UNIT,AIRCR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of eight aircrane hoisting units. These units are critical for aircraft ground servicing and are categorized under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement emphasizes the importance of quality assurance and compliance with various regulations, including the Buy American Act and the Equal Opportunity for Workers with Disabilities. Interested vendors should direct inquiries to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil, with proposals expected to adhere to the specified guidelines and deadlines outlined in the solicitation documents.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    J999 Machine Lower Bearing Staves of Rudder Service
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting proposals for the machining of lower bearing staves of rudder service for a U.S. Navy ship stationed in Yokosuka, Japan. This procurement is set aside for small businesses and aims to secure specialized marine repair services, adhering to strict compliance with both U.S. and Japanese regulations, safety, and environmental standards. The contract will be a firm-fixed-price type, with a performance period from February 1 to March 31, 2027, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Wilfredo Gervacio via email at wilfredo.j.gervacio.civ@us.navy.mil and are encouraged to monitor the SAM.gov website for updates and amendments to the solicitation.
    1-TON CHAIN HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This procurement is part of a total small business set-aside initiative, aimed at acquiring equipment that is critical for various military applications, ensuring operational readiness and efficiency. The contract will require compliance with specific technical and quality standards, including inspection and acceptance protocols, and is subject to the Federal Acquisition Supply Chain Security Act. Interested vendors should direct inquiries to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days following the closing date of the solicitation.
    Barge Rental Service- Amendment
    Buyer not available
    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.