Preventative & Corrective Maintenance (formerly RMMR) Fuels - Japan
ID: PANHES25P0000001179Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILREDSTONE ARSENAL, AL, 35898-0000, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF FUEL SUPPLY FACILITIES (Z1NA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventative and corrective maintenance services for fuel supply facilities in Japan. This procurement aims to address several upcoming requirements related to the government's fuel program, with a focus on ensuring operational readiness and compliance with maintenance standards. The opportunity includes a virtual preproposal conference scheduled for October 3, 2025, where interested parties can gain insights into the solicitation process; however, any remarks made during this conference will not alter the solicitation's terms. Interested contractors should contact Kijafa Johnson-Cooper at 256-895-1614 or via email at kijafa.t.johnson-cooper@usace.army.mil for further details, and note that the solicitation is expected to be released within 15 days due to mission needs.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for a comprehensive Preventive and Corrective Maintenance program for U.S. Government petroleum facilities and systems, administered by the U.S. Army Engineering and Support Center in Japan. The contractor is tasked with ensuring compliance with military standards, specifically UFC 3-460-03, while managing routine inspections, repairs, and emergency responses to maintain safe fueling operations. Key responsibilities include establishing maintenance plans, managing personnel, and maintaining comprehensive records in a Computer Maintenance Management System (CMMS). The program emphasizes the importance of quality control, safety management, and coordination with governmental regulatory bodies. Central to the operation is a well-defined structure for personnel qualification, including a project manager, site managers, and specialized technical staff who oversee maintenance activities. The contractor must implement procedures that guarantee timely and effective service delivery while also adhering to stringent reporting, scheduling, and documentation requirements. Overall, the PWS aims to ensure persistent operational readiness and reliability of fuel systems, reflecting the government's commitment to efficient management of federal petroleum resources across various installations.
    The document outlines the Air Force Real Property Inventory for several installations, primarily focusing on Kadena Air Base, Misawa Air Base, and Yokota Air Base. It contains comprehensive data relating to real property assets, including installation codes, site codes, facility numbers, and asset allocation categories. The inventory emphasizes significant operational facilities, including petroleum operations, storage tanks, fueling stations, and infrastructure supporting military operations. Specifically, each installation is detailed with its associated codes and descriptions, such as POL (Petroleum, Oil, and Lubricants) operations, pump stations, and emergency electric power generation plants. The file serves to inform federal and local entities about the extent and type of real property managed by the Air Force, supporting decisions in resource management, budget allocations, and planning for future upgrades or maintenance. The document's purpose firmly aligns with government objectives for transparency and efficient management of federal facilities, crucial for compliance with RFPs and grant regulations. By cataloging substantial assets and their current use, the inventory aids in coordinating activities across various governmental levels, facilitating effective resource distribution and strategic operational planning.
    The Draft Tech Evaluation Form outlines the criteria and requirements for contractors responding to a government RFP focused on facility maintenance for petroleum systems and related infrastructures. It specifies that offerors must meet all work requirements as per the Performance Work Statement (PWS), which includes providing Preventative Maintenance (PM) and Corrective Maintenance (CM) services, using defined safety protocols, and ensuring compliance with federal, state, and local regulations. The document includes sections on proposed contract staffing detailing an organizational chart, job roles, safety program implementation, and the process for Initial Site Visits (ISV). It also emphasizes the importance of Facility Maintenance Plans (FMP) and Computer Maintenance Management Systems for maintaining records and executing PM and CM activities. Offerors are required to identify strengths that surpass basic requirements within their proposals. The purpose of this evaluation form is to assess contractor qualifications and approaches to maintain and enhance safety and efficiency in operations supporting the Defense Logistics Agency's fuels delivery mission. A successful proposal must clearly demonstrate understanding, safety compliance, staffing capability, and robust management of maintenance activities, along with cost-effective strategies. The structure effectively guides both the evaluators and offerors in addressing complex maintenance challenges.
    The USACE Past Performance Questionnaire (PPQ) is designed for contractors to evaluate their performance on federal projects. It requires contractors to provide their basic information, details of the contract, and a description of the project undertaken, specifying their role as either prime contractor or subcontractor. The questionnaire further captures critical metrics concerning the execution of the contract, including complexity, client satisfaction, quality of work, adherence to schedules, management effectiveness, financial management, safety compliance, and the overall capability of the contractor. Clients of the contractor must complete sections regarding their role in the project, including a signature to validate the information provided. The document also includes an evaluation scale distinguishing performance levels from "Exceptional" to "Unsatisfactory," guiding clients in assessing contractors' competencies. Overall, the questionnaire serves as a significant assessment tool to inform future government contracts, ensuring quality and compliance in public works while aiding in the review of contractor performance for potential future engagements.
    This document is a Women-Owned Small Business (WOSB) solicitation form detailing the requirements for the procurement of commercial products and services. It includes essential identifiers such as the requisition number, award date, and solicitation details, which are standard in federal contracts. Key points include the methodology for solicitation, which may include requests for proposals (RFPs) or bids, and the rating and classification system under the North American Industry Classification Standard (NAICS). It emphasizes participation by economically disadvantaged groups, including economically disadvantaged women-owned small businesses (EDWOSB) and service-disabled veteran-owned small businesses (SDVOSB). The contractor is obligated to sign the document and adhere to specified terms and conditions, confirming their commitment to deliver the requested supplies and services. The document ensures compliance with the Federal Acquisition Regulation (FAR), encapsulating a structured approach to government procurement with a focus on inclusivity for small and disadvantaged businesses.
    The DD Form 1423, also known as the Contract Data Requirements List, is a structured document utilized in U.S. defense contracting to specify data item requirements essential for contract execution. It provides a framework for listing various data items such as Accident Prevention Plans, Quality Control Plans, and Monthly Reports, including necessary information like titles, submission dates, and estimated costs. Each data item is assigned a unique data item number and corresponding details like authority and frequency of submission, which are guided by the Performance Work Statement (PWS). The form helps ensure accountability and compliance with government standards by specifying inspection and acceptance requirements. The primary purpose of this form is to facilitate the collection and submission of essential data from contractors to the government, thus streamlining contract performance and oversight. It includes instructions for government personnel and contractors on completing the form and provides categories to classify the data. This document plays a critical role in the issuance of federal requests for proposals (RFPs) and grants, ensuring government projects are executed efficiently and meet regulatory requirements, ultimately supporting effective management of public resources and accountability in procurement processes.
    The document outlines a federal request for proposals (RFP) focused on preventative and corrective maintenance services for various military branches, including the Army, Navy, Marine Corps, and Air Force. It details multiple Contract Line Item Numbers (CLINs) for different types of maintenance services: quarterly, semi-annual, and annual preventative maintenance, along with corrective maintenance and other direct costs. Each CLIN is structured to include a base year and options for extensions, alongside estimated costs designated for evaluation purposes. The summary section calls for contractors to detail costs in specified fields related to personnel and site service fees, ensuring precise completion to meet RFP requirements. The document emphasizes the need for pricing accuracy and adherence to personnel requirements, stating that any contract extension must reflect the last option year's rates and comply with federal standards. Overall, it aims to streamline the procurement process for comprehensive maintenance solutions across military installations, ensuring functionality and safety compliance.
    The Fuel Program Preventive and Corrective Maintenance Performance Work Statement outlines maintenance services for U.S. Government petroleum facilities to ensure optimal operation and safety. It distinguishes between Preventive Maintenance (PM), adhering to Unified Facilities Criteria (UFC) 3-460-03, and Corrective Maintenance (CM), aimed at addressing deficiencies and emergency repairs. The contract will require a qualified Contractor to manage all maintenance activities, providing labor, tools, and materials while ensuring compliance with applicable regulations. Deliverables highlighted include Facility Maintenance Plans, maintenance schedules, and strict Quality Control protocols. The Contractor must collaborate with government officials through regular meetings and maintain comprehensive records detailing all maintenance activities. The document emphasizes the importance of safety and environmental compliance, mandating adherence to governmental safety standards. Continual training and rigor in safety protocols are essential. With a focus on responsiveness and efficiency, the Contractor is expected to maintain communication with government representatives while optimizing fuel system functionality. This structured approach aims to ensure the reliability of fuel delivery operations across various military and federal installations.
    The Fuels Recurring Maintenance and Minor Repair Program Fiscal Year 25 Quality Assurance Surveillance Plan (QASP) outlines procedures for monitoring contractor performance related to maintenance and repair of capitalized fuel systems and facilities. The document emphasizes the collaborative role of government personnel in ensuring contractors meet performance standards as stated in the Performance Work Statement (PWS). Key roles include the Installation Support and Programs Management Fuels Branch, responsible for overall program management, and various project managers and quality assurance representatives who oversee compliance with quality control plans. The QASP specifies quality assurance activities, including safety program reviews, onsite inspections, and documentation requirements, detailing performance objectives for recurring maintenance and minor repairs. Emphasis is placed on rigorous quality control, ensuring safety compliance, and effective tracking of contractor performance through structured inspections and reporting mechanisms. This QASP serves as a framework for evaluating contractor adherence to contract requirements and for improving performance in government grant and RFP contexts.
    The Facility Maintenance Plan (FMP) v2.2 outlines the maintenance requirements for the Marine Corps Air Station (MCAS) Futenma, located in Okinawa, Japan, which supports approximately 4,000 Marines and Sailors. The plan emphasizes the critical role of the installation as the home base of the 1st Marine Air Wing. It details the operational hours, site description, and the specific types of fuel systems and maintenance schedules necessary for various assets within the facility. Important documentation pertaining to the facility includes contact information for key personnel, a communication plan, site-specific conditions, and a comprehensive inventory of facility assets, indicating maintenance frequency and manufacturer requirements. The document also stresses the incorporation of safety measures during maintenance activities and includes instructions for maintaining compliance with federal regulations. Overall, the FMP is designed to ensure the effective functioning and safety of critical operational resources at MCAS Futenma, ultimately supporting the strategic objectives of the Marine Corps in a forward-deployed environment.
    The Facility Maintenance Plan (FMP v2.2) outlines the maintenance procedures for the DFSP Hachinohe terminal located in Hachinohe, Japan. This facility is responsible for the bulk storage of jet fuel for distribution to nearby Misawa Air Base. The plan details a comprehensive maintenance strategy, including a list of points of contact (POCs) for various stakeholders such as contractors and project managers, and a communication plan to facilitate coordination and access. The document emphasizes the need for site-specific information on facility operations, maintenance schedules, and safety protocols while ensuring compliance with UFC standards. It covers the operational area, including facility descriptions, asset management with unique identifiers for components, and schedules for filter separator and pre-filter maintenance. Additionally, it includes provisions for ongoing hazard analysis and updates to the task matrix in line with current requirements, ensuring the plan remains relevant and effective. The FMP serves as a critical framework for maintaining the operational integrity of the facility, ultimately supporting mission readiness at the Misawa Air Base. This structured approach demonstrates the government's commitment to efficient facility management within the framework of federal oversight and compliance.
    The document provides detailed instructions for filling out a Service Order Form (FMSR Form: SO Validation) used in federal projects, emphasizing the importance of accurately reporting service order details for contractor evaluations. It outlines the process, starting with entry requirements such as service order numbers, contractor names, facility data, and initiation dates. Sections address the nature of the service order, including responses to Notices of Violation (NOV) and natural disasters. Subsequent steps involve evaluating contractor performance, noting completed repairs, and the digital signatures required for validation. Additionally, it describes how to transition the filled form into a PDF for submission, including necessary supporting documentation like the KO Form, Complexity Matrix, and safety plans. The document encourages the inclusion of comprehensive details such as labor costs, materials, travel expenses, and the justification for on-site safety personnel. Overall, the guidelines ensure compliance with contract requirements while facilitating efficient service order processing and contractor management in a government context. By streamlining the reporting process and ensuring all necessary documentation is included, the document supports the overarching goals of transparency and accountability in government contracting.
    The document serves as a service order form related to the replacement of a defective pump/motor assembly at a Navy facility, specifically Tank #23 at Facility 4302. It outlines the contractor’s responsibilities, including the presence of a qualified electrician, adherence to safety regulations as per NFPA 780, and management of subcontractors. The order specifies various details such as initiation and submission dates, priority levels, pricing, and safety requirements including pre-accepted safety documents. The total cost of the service order is $6,811.00, which is broken down into materials, labor, and tax components. Additionally, the document indicates various performance evaluations of the contractor, highlighting communication effectiveness, certification compliance, and overall quality of work, with emphasis on safety and work area cleanliness. The summary indicates a structured approach to maintenance work, emphasizing accountability and adherence to regulations while providing comprehensive service documentation for government projects.
    The document outlines a Complexity Determination Sheet for service orders related to federal grants and RFPs, emphasizing the evaluation and documentation required based on the complexity of tasks. It includes a matrix where contractors assess various factors such as scope of work, cost proposals, and risk assessments, categorizing them as low, medium, or high. Specific documentation requirements are stipulated, including an Activity Hazard Analysis (AHA), detailed work plans, and project-specific quality control plans, especially for medium and high complexity tasks. The document highlights the necessity for comprehensive preparatory measures, including coordination with other trades, potential utility outages, and levels of regulatory interaction. Additionally, a Risk Assessment Code (RAC) system is introduced to classify the severity and probability of hazards, providing guidelines for safety and compliance in carrying out the projects. This structured approach reinforces the government's commitment to ensuring safety standards while managing intricate tasks within public sector projects, ensuring a clear framework for contractors to follow.
    Similar Opportunities
    SOLVENT TANK MAINTENANCE SERVICES FOR EIGHTH ARMY WIDE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking maintenance services for solvent tanks as part of a contract for the Eighth Army. This opportunity involves the provision of maintenance services, with an amendment recently issued to change the site visit date, indicating the importance of timely and effective service delivery. Solvent tank maintenance is crucial for ensuring compliance with safety and environmental regulations, thereby supporting the operational readiness of military facilities. Interested contractors can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or by phone at 011-82-0503-355-0636 for further details regarding this procurement.
    Solvent Tank Maintenance Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide maintenance services for solvent tanks. This procurement aims to ensure the proper upkeep and functionality of solvent tanks, which are critical for various military operations and maintenance activities. The opportunity is currently in the amendment phase, with Amendment 0002 issued to address vendor inquiries regarding the contract. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further information.
    J091--Fuel Quality Maintenance/Resupply Services Ann Arbor VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Fuel Quality Maintenance and Resupply Services at the Ann Arbor VA Healthcare System in Michigan. The procurement includes a base year and four option years, focusing on services such as tank jet cleaning, fuel polishing, semi-annual water remediation, annual fuel stabilization, and fuel quality testing, with a requirement to resupply approximately 45,000-47,000 gallons of No. 2 diesel fuel across six storage tanks. These services are critical for maintaining fuel quality and compliance with industry standards, ensuring the operational efficiency of the healthcare system's fuel supply. Interested contractors should direct inquiries to Contract Specialist Cierra S. Joshua at Cierra.Joshua@va.gov, with the solicitation expected to be posted soon and the contract awarded based on proposals that meet the outlined requirements.
    FY2026 Projections
    Buyer not available
    The U.S. Army Corps of Engineers, Japan District (POJ) is announcing the FY2026 projections for construction projects, which will be solicited exclusively to local sources in Japan. These projects encompass various facility repairs, housing modernizations, and infrastructure developments, and will utilize full and open competition procedures, requiring vendors to be physically located and licensed to conduct business in Japan. A significant requirement for all solicitations and contracts issued on or after November 10, 2025, is the Cybersecurity Maturity Model Certification (CMMC) 2.0 Basic (Level 1) certification or higher. Interested parties should register in the System for Award Management (SAM) and can direct inquiries to the contracting officers, Dr. Nakiba Jackson at Nakiba.S.Jackson@usace.army.mil or Ms. Jennifer Knutson at Jennifer.H.Knutson@usace.army.mil, with additional contact available for Okinawa through Mr. Jack Letscher at Jack.T.Letscher@usace.army.mil.
    1.8A ITALY SOLICITATION 2025
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for a Fixed-Priced, Requirements contract to procure automotive gasoline, diesel fuel, and fuel oils for military operations in Italy, with a performance period from April 1, 2026, to December 31, 2028. This procurement is critical for ensuring the operational readiness of U.S. Army, Air Force, Navy, and Department of Defense installations in the region, as it supports essential fuel supply needs for various military activities. Interested vendors must submit their proposals by November 14, 2025, at 3:00 PM EST, and are encouraged to review the amendments issued, including the latest extension of the deadline and specific vendor requirements related to tax exemptions and documentation. For further inquiries, vendors can contact the primary solicitation office at 1.8AItaly2025Solicitation@dla.mil or reach out to Kayla Polonia at 571-447-7662.
    PMP for Water Facilities Circulation Systems
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for a Preventive Maintenance Program (PMP) for water facilities circulation systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The procurement involves a combination contract for both recurring and non-recurring maintenance services, aimed at ensuring the operational integrity and reliability of water supply facilities. This initiative is critical for maintaining essential water services at the naval base, which supports various military operations. Interested vendors can reach out to Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil or call 046-816-4201 for further details regarding the solicitation process.
    CONTRACTOR-OWNED /CONTRACTOR OPERATED AND GOVERNMENT-OWNED/ CONTRACTOR-OPERATED, AND (COCO/GOCO) FUEL OPERATIONS AT United States Army Garrison, HI (USAG-HI) for Schofield Barracks and Wheeler Army Airfield (Wheeler AAF).
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for Contractor Owned Contractor Operated (COCO) and Government-Owned Contractor Operated (GOCO) fuel operations at Schofield Barracks and Wheeler Army Airfield in Hawaii. The selected contractor will be responsible for maintaining and operating government-owned facilities and equipment at Wheeler AAF, as well as providing retail and bulk fuel services at Schofield Barracks, adhering to best commercial practices. This procurement is significant for ensuring efficient fuel operations and maintenance, with a firm fixed-price contract anticipated for a five-year base period starting April 1, 2026, and extending through various option periods until March 30, 2056. Interested parties should contact Lisa Marsh at Lisa.Marsh@dla.mil or (445) 737-4038 for further details and must register in the System for Award Management (SAM) to participate.
    Fuel Dispenser Maintenance
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for fuel dispenser maintenance at Fort Drum, NY. The services include repairing, replacing, testing, and reprogramming fuel dispensing systems and associated equipment. The Contractor must comply with federal and local codes and regulations. The BPA will be evaluated annually and may last up to five years. Interested parties must be registered with SAM under NAICS code 811310. Contractors responding before 05 January 2024 will receive a Master BPA. The performance period for the MBPA will be from 02 June 2024 to 01 June 2029.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    SPE60526R0200 Direct Delivery Fuel Requirements United Kingdom PP 1.8J
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is preparing to solicit proposals for the procurement of direct delivery fuel requirements in the United Kingdom under solicitation number SPE60526R0200. This contract will cover a three-year period starting July 1, 2026, and will include the supply of diesel fuel, kerosene, and gasoline products to support U.S. military operations at various Posts, Camps, and Stations (PC&S) in the region. The procurement is critical for ensuring reliable fuel delivery directly from suppliers to military customers, with evaluations based on the total lowest price technically acceptable and past performance. Interested vendors must be registered in the System for Award Management (SAM) and are advised to prepare necessary documentation for submission when the solicitation is released, with responses due by December 8, 2025. For further inquiries, contact Shaine Chung at 703-408-9779 or via email at uk2025@dla.mil.