Purchase of Pickup Truck, Yokota Air Base, Japan
ID: FA520925Q0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5209 374 CONS PKAPO, AP, 96328-5228, USA

NAICS

Automobile and Light Duty Motor Vehicle Manufacturing (336110)

PSC

TRUCKS AND TRUCK TRACTORS, WHEELED (2320)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of twelve full-size locally manufactured pickup trucks for use at Yokota Air Base in Japan. The contractor is required to provide vehicles that meet specific operational standards, including a 4X2 regular cab configuration, a minimum engine power of 132 PS, and features such as ABS brakes, air conditioning, and an 8-foot load bed. This procurement is crucial for maintaining operational readiness and compliance with local regulations, ensuring that the vehicles are suitable for military use in Japan. Interested contractors must submit their offers by January 17, 2025, at 4:00 PM Japan Standard Time, and can direct inquiries to the designated contacts, Yuma Kato and Benjamin Warren, via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum outlines the policies and procedures for firms engaging in business with the U.S. government, emphasizing the importance of full competition and prohibiting collusion among vendors. It also highlights that any evidence of actions preventing competition will result in the rejection of a proposal and future bans, while all dealings should adhere to ethical standards, with strict consequences for any attempts at bribery or unethical practices. The issuer urges reporting of any irregularities encountered during business transactions with government personnel.
    The 374th Airlift Wing of the Department of the Air Force issued a memorandum regarding Solicitation No. FA520925Q0007 for the purchase of a pickup truck at Yokota Air Base, Japan. Interested offerors must submit their electronic quotes via email by January 6, 2025, at 2:00 PM Japan Standard Time. They are encouraged to confirm receipt of their submissions to avoid issues with potential email filtering. Inquiries must be made in writing to the designated contract specialists by December 10, 2024, as no site surveys will occur for this procurement. Offerors are required to include their Commercial and Government Entity (CAGE) or NATO CAGE (NCAGE) codes in their submissions, which can be obtained through a free online service if necessary. Registration with the System for Award Management (SAM) is also recommended prior to submission. The memorandum includes essential contact information for the Contracting Officer and Contract Specialist, ensuring clear communication throughout the procurement process. This solicitation is part of a broader effort to streamline government acquisitions by providing structured guidelines for bidders and enhancing compliance with federal regulations.
    The document outlines a solicitation for the purchase of 12 regular cab, 4X2 pickup trucks for the Yokota Air Base in Japan. It is part of a Women-Owned Small Business (WOSB) initiative. Key details include the contracting officer’s information, a specification of services required, delivery requirements, and unique identification procedures for items. The solicitation emphasizes compliance with several Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) requirements, particularly regarding tax exemptions applicable to U.S. government expenditures in Japan. The contractor is instructed to ensure proper packing, marking, and submission of invoices, following specific guidelines. The overarching purpose is to facilitate a fair bidding process among qualified contractors, particularly those that are economically disadvantaged women-owned small businesses, thus emphasizing the federal government’s commitment to promoting small business participation in public procurement. This procurement process is framed within the broader context of ensuring compliance with U.S. laws, maintaining operational readiness at the military base, and supporting local economic growth through small business engagement.
    The document outlines a solicitation for the purchase of pickup trucks by the United States government, specifically for Yokota Air Base in Japan. The main purpose is to acquire 12 regular cab, 4X2 pickup trucks under the Women-Owned Small Business Program. Key details include submission requirements, contracting officer contacts, the item specifications, inspection and acceptance procedures, and the delivery schedule. The solicitation emphasizes the importance of compliance with the Federal Acquisition Regulation (FAR) clauses and other referenced regulations for contracting, as well as specific requirements related to item identification, packaging, and invoicing through the Wide Area Workflow payment system. The document serves as a formal request for quotations (RFQ) aimed at increasing business opportunities for women-owned businesses while ensuring all governmental standards and procedures are met in the procurement process.
    The document outlines the requirements for procuring twelve full-size pickup trucks for Yokota Air Base, Japan. The contractor is tasked with providing necessary personnel, tools, and materials to meet specified commercial and local standards. Key specifications include a 4X2 regular cab design, remote keyless entry, a gross vehicle weight rating of 6500 lbs, and a minimum engine power of 305 horsepower. Mandatory features include ABS brakes, air conditioning, power windows and locks (front only), air bags, and a warranty conforming to manufacturer standards. The pickup beds are required to have a minimum length of 8 feet with specified unobstructed floor space. Additionally, technical documentation in both Japanese and English is necessary, including owner's manuals and repair manuals. Delivery is to the 374th Logistics Readiness Squadron at Yokota Air Base, with a designated point of contact for coordination. This solicitation represents an organized effort by the U.S. government to ensure the procurement of vehicles that meet specific operational and safety standards while complying with local regulations in Japan.
    This document outlines the requirements for the procurement of twelve full-size locally manufactured pickup trucks at Yokota Air Base, Japan, under Solicitation No. FA520925Q00070001. The contractor is responsible for providing the necessary personnel, tools, and equipment to fulfill the contract. Key specifications include 4X2 regular cab configurations, minimum seating for three passengers, and compliance with local operational standards in Japan. The pickup trucks must also feature an 8-foot load bed, automatic transmission, ABS brakes, and both air conditioning and power windows. Delivery is expected at the 374th Logistics Readiness Squadron at Yokota Air Base, with specific contact details provided for coordination. The document emphasizes the need for multi-lingual technical publications in both Japanese and English, including owner’s manuals and service manuals, reflecting the logistical considerations of operating in an overseas military environment. This solicitation highlights the government's commitment to maintaining operational readiness through specific procurement processes in line with military requirements.
    The document outlines the requirements for the purchase of 12 full-size pickup trucks for Yokota Air Base, Japan. The contractor is tasked with providing vehicles that meet certain minimum specifications suitable for operation in Japan, including a capacity for three passengers, remote keyless entry, and an automatic transmission. Additionally, the trucks must be fuel-efficient, with a minimum engine power of 132 PS, and equipped with necessary safety features such as ABS brakes and airbags. Delivery is to be made to the 374th Logistics Readiness Squadron at Yokota Air Base, with specific contact information provided for coordination. The document emphasizes compliance with local regulations and operational standards while detailing requirements for technical publications in Japanese, such as the owner's manual and repair manuals. The intent behind this solicitation is to secure reliable vehicles that meet both functional needs and local legal stipulations.
    The document serves as an attachment to Solicitation No. FA520925Q0007, outlining the requirements for purchasing a pickup truck for Yokota Air Base in Japan. It requests potential offerors to provide detailed information about the offered truck, including manufacturer name, model name, model number, and a catalog of items by the submission deadline. The lead time for delivery is specified to be approximately nine to twelve months after order receipt, with preference for earlier delivery. Additionally, offerors must confirm that replacement parts for the vehicles will be locally or readily available, ensuring future maintenance and support. By signing and submitting this document, offerors affirm their compliance with these requirements, emphasizing the importance of timely delivery and parts availability in the procurement process. This RFP conforms to federal acquisition regulations, aiming to source vehicles efficiently while ensuring operational readiness at the air base.
    This government document details an amendment to a solicitation for vehicle procurement, extending the offer due date to January 14, 2025, at 4:00 PM. It outlines essential changes to the Government Minimum Characteristics Item Information (GMCII), specifying new requirements for engine power, torque, and technical publications, including mandated language revisions. It adds building number 4125 as the delivery location and outlines new delivery terms, highlighting that vehicles must be operable with a standard driver’s license. The amendment also clarifies packaging and delivery coordination protocols and identifies the authorized point of contact for delivery arrangements. Additionally, it replaces an attachment with a revised document indicating modifications, ensuring all changes align with best practices and regulatory compliance, reflecting the government’s commitment to a transparent procurement process and adherence to updated standards.
    The document is an amendment to a government solicitation, specifically modifying the terms and conditions outlined in a previous solicitation. The key purpose is to update the Government Minimum Characteristics Item Information (GMCII) and extend the due date for offers by three days, from January 14, 2025, to January 17, 2025. Key amendments include the removal of specific requirements for a "Parts List (Japanese)" and "Shop Repair Manual (Japanese)" from the minimum specifications. The changes are clearly marked in a revised attachment, which replaces the previous version. Contractors are required to acknowledge receipt of this amendment to avoid the rejection of their offers. The document also contains sections for the contracting officer's and contractor's signatures, ensuring formal acknowledgment of the modifications made. This amendment highlights the importance of clear communication in government contracting processes and the need for adherence to updated specifications and timelines.
    The document is a Q&A session regarding Solicitation No. FA520925Q0007 for the purchase of pickup trucks at Yokota Air Base, Japan. It addresses various contractor inquiries, confirming that the government will provide licensing and insurance for the vehicles, while the contractor only needs to provide standard warranties. Acceptance of only Japanese technical publications is allowed, as amendments will update the requirements. Key specifications for the vehicles include a minimum bed length of 8 feet and gasoline fuel type. Several amendments are noted to accommodate local market conditions and vehicle availability, confirming that alternatives such as a three-side drop flatbed truck may be acceptable. Clarifications on technical publication submissions and translations are provided, emphasizing English as the preferred language. This document supports the government’s procurement process, ensuring clarity in compliance and specifications for contractors responding to the solicitation.
    The document outlines a series of questions and answers related to Solicitation No. FA520925Q0007 for the purchase of pickup trucks at Yokota Air Base in Japan. Key points include that the government will provide vehicle licensing and insurance, and submissions in Japanese are acceptable. The government specifies a minimum pickup bed length of 8 feet and requires vehicles to run on gasoline with certain horsepower and torque specifications. All proposals must comply with the prohibition on contracting for specific telecommunications equipment. The acceptance of a three-side drop flatbed truck instead of a traditional pickup is mentioned, indicating the government's flexibility in specifications. Ultimately, contractors are expected to meet the established minimum characteristics while sourcing locally manufactured vehicles. This solicitation emphasizes adherence to regulatory standards and provides clarifications on technical requirements, ensuring a clear understanding for potential bidders in a federal procurement context.
    Similar Opportunities
    Fire trucks (Right handle driven)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of four right-hand drive fire trucks to enhance firefighting capabilities at a U.S. Military Installation in Japan. The trucks must meet specific requirements, including being diesel-driven, accommodating a five-person crew, and achieving a minimum water discharge capacity of 1,000 gallons per minute, while adhering to Japanese Motor Vehicle Safety Standards. This procurement is critical for ensuring reliable emergency services and operational excellence in firefighting operations. Interested vendors should note that funds are not currently available, and no quotes will be accepted until funding is secured; for further inquiries, contact Akane Jukurogi at akane.jukurogi.jp@us.af.mil or by phone at 814-255-16120.
    Fire trucks (Right-hand Drive)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for the procurement of right-hand drive fire trucks to be delivered to Camp Zama in Japan. The required vehicles must meet specific operational standards, including a gross vehicle weight of up to 34,392 lbs, a minimum water discharge capacity of 1,000 GPM, and compliance with Japanese Motor Vehicle Safety Standards. These fire trucks are crucial for enhancing firefighting capabilities and ensuring public safety, equipped with features such as a 750-gallon water tank, foam liquid tank, and various firefighting accessories. Interested parties can reach out to Akane Jukurogi at akane.jukurogi.jp@us.af.mil or by phone at 814-255-16120 for further details, noting that this is a presolicitation notice and no quotes will be accepted at this time.
    FY25 TRUCK WRECKER FOR NAVFAC FE
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFACSYSCOM FAR EAST), is seeking proposals for the procurement of a Truck Wrecker for use at Commander Fleet Activities Yokosuka, Japan. The required vehicle must feature a hydraulic slide deck with a loading capacity of at least 3,300 kg, a short cabin, right-hand drive, and an air conditioning system, designed to facilitate the loading and unloading of vehicles and various construction equipment. This procurement is critical for maintaining operational readiness and efficiency in vehicle recovery and support operations. Interested vendors can reach out to primary contact Yun Kim at yun.c.kim4.ln@us.navy.mil or by phone at 82-503-363-5871, or secondary contact Wencee Narvarte at wencee.p.narvarte.civ@us.navy.mil or 07011894219 for further details.
    FY25 TRUCK WRECKER FOR NAVFAC FE
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFACSYSCOM FAR EAST), is seeking proposals for the procurement of a Truck Wrecker/Loader for use at Commander Fleet Activities Yokosuka, Japan. The required vehicle must feature a hydraulic slide deck with a loading capacity of at least 3,300 kg, a short cabin, right-hand drive, and an air conditioning system, designed to load and unload various construction equipment, including mini backhoes. This procurement is critical for supporting operational readiness and maintenance activities within the naval facility. Interested vendors can reach out to primary contact Yun Kim at yun.c.kim4.ln@us.navy.mil or secondary contact Wencee Narvarte at wencee.p.narvarte.civ@us.navy.mil for further details.
    C-130 ISO Maintenance Stands & Accessories
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of maintenance stands and accessories for C-130 aircraft at Yokota Air Base in Japan. The requirements include the provision of maintenance stands, shipping to Yokota AB, and installation services, with a focus on enhancing technician safety and efficiency during maintenance operations while ensuring compliance with OSHA regulations. This procurement is critical for supporting inspections and maintenance of the MC-130J and C-130J aircraft within the Pacific Air Forces (PACAF). Interested parties can reach out to Miya Nemoto at miya.nemoto.jp@us.af.mil or Benjamin Warren at benjamin.warren.7@us.af.mil for further details, as this is a Sources Sought notice only with no set-aside code indicated.
    Operation and Maintenance (O&M) of Draughon Bombing and Electronic Attack Range, Misawa Air Base, Japan
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the Operation and Maintenance (O&M) of the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan. The procurement involves a Firm-Fixed-Price (FFP) contract with an initial base period of one month, followed by five one-year options and a potential six-month extension, emphasizing compliance with military and governmental standards. This contract is critical for maintaining operational capabilities at the base, ensuring the effective functioning of essential military training facilities. Interested bidders must submit their proposals by April 25, 2025, with all inquiries directed to primary contact Kazuo Miura at kazuo.miura.jp@us.af.mil or secondary contact Miyako Fujimoto at miyako.fujimoto.jp@us.af.mil, with a deadline for questions set for April 8, 2025.
    Provide Secondary Containment at JP-8 Rail Offload, Yokota Air Base, Japan
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the provision of secondary containment systems at the JP-8 Rail Offload Facility located at Yokota Air Base, Japan. The primary objective of this procurement is to ensure compliance with environmental safety standards during fuel handling operations, reflecting the government's commitment to enhancing environmental safeguards at military installations. Interested contractors must demonstrate relevant construction experience and adhere to specific eligibility requirements, with proposals due by August 8, 2025. For further inquiries, potential offerors can contact Jiro Miyairi at jiro.miyairi.ln@usace.army.mil or Ryan Marzetta at ryan.j.marzetta@usace.army.mil.
    RAYMOND ORDER PICKER FORKLIFTS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking bids for the procurement of two brand-name Raymond 5500-OCP3OTT Order Picker Trucks or Toyota Model 8BPU15 8-Series Order Picker Trucks for Fairchild Air Force Base in Washington. The objective of this procurement is to enhance the safety and efficiency of warehouse operations by facilitating better access to high-stored materials, which is critical for the Logistics Readiness Squadron's operations. The contract includes specific requirements such as a triple mast, safety features, delivery to the FOB destination, setup, testing, and the provision of necessary accessories like lead-acid batteries and a stock picking cart. Interested vendors must submit their quotes in compliance with federal acquisition regulations, and they can contact Yuying Wang at yuying.wang@us.af.mil or Nicholas P. Kortis at nicholas.kortis.1@us.af.mil for further information. The procurement is set aside for small businesses, emphasizing the government's commitment to fair competition and operational efficiency.
    Kenworth T370 Dump truck
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair of a Kenworth T370 dump truck located at Eielson Air Force Base in Alaska. The procurement involves comprehensive repair services, including the replacement of the damaged cab, chassis components, and the straightening of the dump bed, with a focus on ensuring functionality and quality that meets OEM standards. This opportunity is critical for maintaining operational readiness and safety of the vehicle fleet. Interested vendors are encouraged to review the attached Performance Work Statement (PWS) and provide their company information, including contact details and CAGE/UEI codes, to John Fertulus at john.fertulus@us.af.mil by the specified deadline.
    FY25 ZNRE224305P2 Improve Military Family Housing PAIP 9 Phase 2, Yokota Air Base, Japan
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the FY25 ZNRE224305P2 project aimed at improving military family housing at Yokota Air Base, Japan. This project involves the modernization, renovation, and repair of thirty-two three-bedroom townhouse units designated for military families, focusing on both interior and exterior enhancements. The successful contractor will play a crucial role in ensuring that these housing units meet the necessary standards for military personnel and their families. Interested parties should note that the bid due date is set for August 13, 2025, with a pre-bid conference and site visit scheduled prior to this date. For further inquiries, potential bidders can contact Ruben Romero at Ruben.A.Romero@usace.army.mil or Ryan Marzetta at ryan.j.marzetta@usace.army.mil.