The 374th Airlift Wing of the U.S. Air Force outlines policies for businesses engaging with the U.S. Government. It emphasizes fair and open competition, strictly prohibiting collusion among vendors. Any evidence of anti-competitive behavior will lead to proposal rejection and future solicitation bans. The memorandum also addresses ethical conduct for government personnel and contractors, highlighting that all contracts include a "gratuities" clause. This clause defines illegal acts, such as offering gifts or entertainment to government officials to secure contracts or favorable treatment. The document urges businesses to report any irregularities encountered during transactions with U.S. government employees.
The Department of the Air Force's 374th Airlift Wing is issuing Solicitation No. FA520926Q0003 for the purchase of a new passenger bus for the 374th Logistics Readiness Squadron at Yokota Air Base, Japan. Prospective offerors must submit electronic quotations via email by January 26, 2026, at 02:00 PM Japan Standard Time. Questions regarding the solicitation should be directed to Mr. Yuma Kato or Mr. Benjamin D. Warren. Clarification questions from a site visit must be submitted by January 9, 2026, at 03:30 PM. The solicitation incorporates clauses and provisions by reference, accessible at Acquisition.Gov. Offerors are requested to include their CAGE/NCAGE code and are recommended to register with the System for Award Management (SAM) prior to submission.
This government solicitation, FA520926Q0003, issued by the 374th Contracting Squadron, is for the purchase of two new passenger buses for the 374th Logistics Readiness Squadron at Yokota Air Base, Japan. The solicitation is a Request for Quote (RFQ) and is set aside for Women-Owned Small Businesses (WOSB). Key details include a solicitation issue date of December 17, 2025, and an offer due date of January 26, 2026, at 2:00 PM local time. The acquisition falls under NAICS code 336120 with a size standard of 1500. The document specifies requirements for delivery to Yokota Air Base, Japan, with inspection and acceptance by the Requiring Activity. It incorporates various FAR and DFARS clauses, including special provisions for taxes and conciliation under the Status of Forces Agreement between the U.S. and Japan. Payment will be made electronically through Wide Area WorkFlow (WAWF). The document also outlines item unique identification and valuation requirements and provides contact information for a PACAF Ombudsman.
Attachment 1 to Solicitation No. FA520926Q0003 outlines the government's minimum characteristics and item information for the purchase of two new diesel passenger buses for the 374th Logistics Readiness Squadron at Yokota Air Base, Japan. The solicitation, dated December 17, 2025, requires buses to meet Japanese Doro Unso Sharyou Hou regulations and be capable of expressway operation, with a minimum seating capacity of 37 passengers. Key specifications include dimensions (approx. 17,000 lbs, 96 in width, 396 in length, 120 in height), left-side passenger loading doors, LED headlights, and specific safety systems such as Advanced Emergency Braking System (AEBS) and Lane Departure Warning System (LDWS). All seats must have seatbelts, with forward-facing seats requiring three-point belts and other seats requiring two or three-point belts. The contract also mandates manufacturer standard warranty and technical publications in both Japanese and English. Delivery will be to the 374th Logistics Readiness Squadron, Vehicle Management Flight (374 LRS/LGRV) at Yokota Air Base.
Attachment 2 to Solicitation No. FA520926Q0003 outlines the product information requirements for the purchase of a new passenger bus for the 374th Logistics Readiness Squadron at Yokota Air Base, Japan. This document requires offerors to provide detailed item information, including manufacturer name, model name, and model number, to confirm compliance with the Government Minimum Characteristics Item Information (GMCII) specified in Attachment 1. A catalog of the offered items must accompany the submission. Additionally, offerors must state a realistic lead time for delivery and confirm the local or ready availability of replacement parts for future purchases. These requirements are referenced against Standard Form (SF) 1449 and specific paragraphs of FAR 52.212-1.