Procure Storage System
ID: N6264926QB012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR YOKOSUKAFPO, AP, 96349-1500, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

CABINETS, LOCKERS, BINS, AND SHELVING (7125)
Timeline
    Description

    The Department of Defense, through the NAVSUP FLT LOG CTR Yokosuka, is soliciting proposals for the procurement of an X67 Storage System, which includes two storage racks and four lifters, to be delivered to Yokosuka, Japan. The contract requires the equipment to be a current production model made from new materials, with specific installation, operational testing, and training requirements to be conducted during standard business hours. This procurement is critical for enhancing operational efficiency at the facility, and the contract is set as a Firm Fixed Price arrangement with a required delivery date of June 30, 2026. Interested vendors, particularly Women-Owned Small Businesses, should contact Janice Arrieta at janice.o.arrieta.ln@us.navy.mil for further details and to ensure compliance with all applicable regulations and submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines the requirements for procuring an X67 Storage System, comprising two storage racks and four lifters, for the SRF-JRMC Yokosuka. The equipment must be a current production model, with new materials, and wireless devices are prohibited. The contract includes installation, operational testing, and training, all to be performed during standard business hours. Detailed specifications are provided for both storage racks and lifters, including dimensions, capacities, and required attachments. The contractor is responsible for submitting various documents for approval at different stages, including pre-fabrication, pre-shipping, and completion. These submittals cover delivery specifications, work schedules, manufacturer inspection results, packing details, SDS for hazardous materials, and instruction manuals. All work and equipment must comply with OSHA safety and health standards. The government will provide crane services for unloading and lifting, while the contractor provides all other materials, transportation, and labor. Training and all associated materials must be in Japanese. The acceptance test will be witnessed by government representatives.
    This government solicitation, N6264926QB012, is for the procurement of a storage system, designated X67, for the NAVSUP FLT LOG CTR YOKOSUKA in Japan, with a required delivery date of June 30, 2026. The contract is a Firm Fixed Price arrangement and is designated as a Women-Owned Small Business (WOSB) set-aside. The solicitation includes various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering topics such as electronic fund transfer (EFT), exemption from Japanese consumption tax and customs duties, antiterrorism awareness training, electronic submission of payment requests via Wide Area WorkFlow (WAWF), item unique identification and valuation, and prohibitions on certain foreign procurements and business operations with the Maduro regime. The contractor is responsible for ensuring compliance with these clauses, including safeguarding covered contractor information systems, reporting on covered defense telecommunications equipment, and adhering to small business subcontracting requirements.
    Lifecycle
    Title
    Type
    Procure Storage System
    Currently viewing
    Solicitation
    Similar Opportunities
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    YC-1381 OVERHAUL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the overhaul of the YC-1381 vessel, with a performance period from March 1 to June 30, 2026. This procurement requires contractors to provide comprehensive labor, materials, and equipment for maintenance tasks, including towing, dry docking, hull cleaning, and structural repairs, adhering to specific naval standards and regulations. Eligible firms must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and be authorized to operate in Japan. Proposals are due by January 22, 2026, and interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil for further information.
    Vertical Storage Shuttle
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement and installation of a Kardex Remstar XP Shuttle Model 500XP vertical lift storage system at the Letterkenny Army Depot in Pennsylvania. The project requires the delivery of one vertical lift system, which includes 56 trays and 60 metal divider kits, along with comprehensive project management, equipment procurement, installation, system testing, and personnel training. This storage solution is critical for enhancing the efficiency of the Directorate of Supply and Transportation's operations. Interested vendors, particularly Women-Owned Small Businesses, should note that the contract includes a 24-month warranty and bi-annual maintenance, with an estimated delivery date of April 30, 2026. For further inquiries, potential bidders can contact Randy Allison at randy.s.allison.civ@army.mil or by phone at 717-267-5216.
    WORK BOAT LARGE-1 (WBL-1) OVERHAUL, YOKOSUKA, JAPAN
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the overhaul of the Work Boat Large-1 (WBL-1) in Yokosuka, Japan. This firm-fixed-price contract requires compliance with high marine industry standards for various maintenance tasks, including dry docking, hull preservation, and engine repairs, to support Commander, Fleet Activities Yokosuka. The overhaul is critical for maintaining operational readiness and safety standards for naval operations. Interested contractors must possess an active U.S. MSRA/ABR and be authorized to operate in Japan, with proposals due by January 21, 2026, at 10:00 AM JST. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Peter Arrieta at peterjommel.s.arrieta.ln@us.navy.mil.
    FY26 PROCUREMENT OF AN AERIAL PLATFORM 20M FOR NAVFAC FE
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM FAR EAST, is seeking proposals for the procurement of one self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum working height of 20 meters for use at Commander Fleet Activities Yokosuka, Japan. The platform must meet specific requirements, including a minimum capacity of 249 kg, compliance with JIS or ISO standards, and delivery within 600 calendar days from the date of award. This procurement is crucial for supporting operational capabilities within the U.S. Navy, ensuring that the equipment meets stringent safety and performance standards. Interested contractors should note that the offer due date has been extended to January 20, 2026, at 02:00 PM Japan Standard Time, and can contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil for further information.
    70--IDE DRIVE ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure two units of the IDE Drive Assembly, identified by NSN 1H-7025-015711831. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract repair of this part from alternative sources, making it uneconomical to reverse engineer. Interested vendors are encouraged to review Military and Federal Specifications and Standards available through the DoD Single Stock Point and must express their interest and capability to meet the government's requirements within 15 days of this presolicitation notice. For further inquiries, interested parties can contact Jessica Grzywna at (215) 697-5095 or via email at JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL.
    Crane and Rigging
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, Japan, is soliciting proposals for crane and rigging services for the USS Preble (DDG-88). The procurement requires contractors to provide a 70-ton crane and a qualified crew, including a crane operator, a rigger-in-charge, and two riggers, to facilitate weightlifting, handling, and rigging operations for material transfers between the ship and pier, as well as movement within the ship. This service is critical for ensuring the safe and efficient operation of naval logistics and maintenance activities. Interested parties must submit their offers by January 6, 2026, and can direct inquiries to Maya Ichikawa at maya.ichikawa.ln@us.navy.mil or by phone at 0468167446.
    Commercial Off The Shelf Items
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of Commercial Off-The-Shelf (COTS) items, including various electronic components for the Transportable Tactical Command and Control System (TTWCS). The required items encompass power supplies, circuit card assemblies, optical test sets, sensors, and storage drives from specified manufacturers, with all items to be delivered to Port Hueneme, California, by February 28, 2026. This procurement is critical for maintaining operational readiness and compliance with stringent military standards, ensuring that only approved products are utilized. Interested vendors must submit their offers by January 2, 2026, and can direct inquiries to Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil.
    10--RACK,STORAGE,SMALL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 62 units of a small storage rack, identified by NSN 1095016121508. This solicitation aims to establish an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of nine units. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting their importance in supporting military logistics and operations. 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 DIBBS website.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.