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.
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.