Oily Wastewater Treatment Service
ID: N6264926QB002Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, N6264926QB002, is a combined synopsis/solicitation for commercial items, specifically Oily Waste Water (OWW) Purification Services, prepared in accordance with FAR Subpart 12.6 and Simplified Acquisition Procedures (FAR 13.5). It is an unrestricted, competitive Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm-Fixed-Price (FFP) line items, requiring an "All or NONE" quotation. The contract includes various OWW-related services with a minimum guarantee of $9,000.00 and a maximum of $9,000,000.00. Key elements include a Quality Assurance Surveillance Plan (QASP) for performance monitoring, detailed contract administration roles (PCO, CAO, COR), and specific clauses regarding funds availability, electronic invoicing via WAWF, and compliance with FAR and DFARS. The Period of Performance is one year from the contract award date (January 30, 2026, to January 29, 2027), with an offer due date of December 17, 2025.
    The contract outlines the requirements for Oily Wastewater (OWW) treatment and recycling services for energy recovery at Commander, Fleet Activities Yokosuka (CFAY), Japan. The contractor must provide all necessary personnel, equipment, and services for the treatment, recycling, and disposal of hazardous and non-regulated materials in accordance with Japanese, Federal, National, and Provincial regulations. The services include OWW collection, purification, transfer, and disposal, with specific attention to Per- and Polyfluoroalkyl Substances (PFAS) contamination. Key requirements involve detailed sampling and analysis, adherence to strict effluent limits, and proper management of industrial and hazardous waste. The contractor is responsible for all associated costs, safety precautions, and environmental compliance, including spill response and reporting. The contract emphasizes continuous operation, environmental protection, and the recycling of treated waste oil for energy recovery, with various reporting and inspection mandates.
    The Environmental Protection Plan (EPP) CFAYPWDENV2022 outlines comprehensive environmental requirements for contractors working on federal projects. It covers natural resources, historical preservation, air emissions, drinking water, storm water, wastewater, pesticides, hazardous materials, and various waste types like solid, industrial, recyclable, lead-based paint, asbestos, and polychlorinated biphenyls (PCBs). Key elements include appointing an Environmental Manager, documenting training, detailing waste characterization and minimization, and outlining disposal and transportation methods for all waste streams. The plan also addresses aboveground and underground storage tanks, spill prevention, and emergency notification procedures. Contractors must submit supporting documents, permits, and certifications to ensure compliance with Japan Environmental Governing Standards (JEGS) and other regulations. Additionally, it provides instructions for ECATTS registration and the Solid Waste Tonnage Report, emphasizing waste recycling and proper documentation.
    The Contractor's Performance Evaluation Sheet is a standardized tool used in government contracting to assess a contractor's performance across key areas: Statutory Compliance, Performance Compliance, Schedule Compliance, and Communication. It employs a five-tier adjectival rating system—Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory—each with clear definitions detailing the level of adherence to performance standards and the probability of success for the remainder of the contract. The evaluation sheet also includes sections for contractor and contract identification, performance period, comments, and evaluator details. This document is crucial for monitoring contractor performance in federal and state/local RFPs and grants, ensuring accountability and providing a structured framework for evaluating the quality and reliability of services rendered.
    The provided government file, comprising provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7017, outlines strict prohibitions and disclosure requirements for federal contractors regarding the use of
    The Past Performance Information (PPI) form is a critical document for government contractors, designed to assess a vendor's performance on previous contracts. It requires detailed information including contract numbers, dates, periods, customer details, and a description of the work performed, along with the total contract amount. The form also asks if performance rates for quality and timeliness were provided by the customer and requests any other information, such as commendations, that could help evaluate past performance. PPI must be submitted for each relevant contract completed within the last three years from the solicitation issue date. This form is essential for government agencies to evaluate a contractor's capability and reliability in federal, state, and local procurement processes.
    N6264926QB002 Attachment (V) is a Financial Information Data Sheet designed for local offerors to provide financial stability data to the Government. This form is used in conjunction with Japan's "Management Self Diagnosis System." The data sheet requires the company's name and includes sections for a Balance Sheet (貸借対照表) and a Profit & Loss Statement (損益計算書). The Balance Sheet details assets (資産) such as current assets (流動資産合計), cash and deposits (現金・預金), notes receivable (受取手形), sales allowances (売掛金), inventories (棚卸資産), and fixed assets (固定資産合計), including tangible fixed assets (有形固定資産合計) and land (土地). It also covers liabilities (負債), including current liabilities (流動負債合計), short-term debt (短期借入金), non-current liabilities (固定負債合計), long-term debt and bonds (長期借入金・社債), and total net assets (純資産合計). The Profit & Loss Statement includes sales (売上高), net sales (売上総利益), depreciation expenses (販売費及び一般管理費(減価償却実施額)), operating income (営業利益), interest receivables and dividend income (受取利息配当金), interest payments and expenses (支払利息割引料), and ordinary income (経常利益). Additionally, the form requests other information such as discounted notes receivable (受取手形割引高), endorsed notes receivable (受取手形裏書譲渡高), number of employees at fiscal year-end (期末従業員数), and total assets, net assets, and sales from the previous financial period.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    USS CANLEY Oily Waste Removal
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking a qualified contractor to provide oily waste removal services for the USS JOHN L. CANLEY (ESB-6) at Naval Base Pearl Harbor, Hawaii. The contractor will be responsible for identifying, handling, storing, transporting, and disposing of an estimated 15,000 gallons of oily waste, ensuring compliance with all applicable laws and regulations. This procurement is set aside for small businesses, with a firm-fixed price purchase order anticipated, and quotes are due by December 8, 2025, at 1000 Hours Pacific Time. Interested parties should submit their quotes via email to the primary contacts, Matthew Bruce and Rey Estrada, whose contact details are provided in the solicitation documents.
    DEWATERING PARTS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the procurement of dewatering parts, specifically on a brand name basis from McMaster-Carr. This acquisition will be negotiated in accordance with FAR 6.302-1, utilizing the Commercial and Simplified Acquisition Procedures outlined in FAR Parts 12 and 13. The dewatering parts are essential for maintaining operational efficiency and reliability in naval operations, with the contract expected to be awarded as a firm-fixed price supply type. Interested vendors should note that the solicitation is anticipated to be posted on SAM.gov around December 5, 2025, with quotes due by December 10, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    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, overhaul, preservation, and replacement work, encompassing twenty-two Task Group Instructions (TGIs) that adhere to NAVSEA and SRF-JRMC standards. This contract is critical for maintaining the operational readiness of the USS DEWEY and ensuring compliance with safety and security regulations during the repair process. Proposals are due by January 8, 2026, at 10:00 AM, and interested parties should submit their proposals to Takayo Shiba via email at takayo.shiba.ln@us.navy.mil. The period of performance for the contract is set from March 30, 2026, to September 7, 2026.
    RFQ No. N66001-26-Q-6020 Water Testing Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting quotes for water testing services under RFQ No. N66001-26-Q-6020. The procurement aims to acquire analytical chemistry services to verify the performance of sorbents in treating PFAS-impacted groundwater, as outlined in the attached Statement of Work (SOW). This project is part of the Environmental Security Technology Certification Program (ESTCP) and requires the contractor to perform various chemical analyses on water samples, adhering to strict quality assurance and control standards. Interested parties must submit their quotes by December 12, 2025, at 2:00 PM PT, and direct any inquiries to Joshua Joiner at joshua.j.joiner.civ@us.navy.mil. The contract will be awarded based on technical acceptability, price, and past performance, with a total estimated value under the small business size standard of $19.0 million.
    USS DEWEY (DDG-105) FY26 6C1 SRA(d) 38K4248201 S/A 97085K, Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS DEWEY (DDG-105) at Yokosuka Naval Base, Japan, from March 30, 2026, to June 20, 2026. 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, as the contract is firm-fixed-price and includes specific structural modifications and enhancements to the ship's Tactical Weapon Control System. This procurement is critical for maintaining the operational readiness of the USS DEWEY, ensuring compliance with military standards and safety protocols. Interested contractors must submit their proposals by December 17, 2025, and request access to the work specifications by December 9, 2025, with further inquiries directed to Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil.
    Indefinite Delivery Indefinite Quantity (IDIQ) Road Paving Repairs and Maintenance
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking potential contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on road paving repairs and maintenance in Japan. The scope of work includes tasks such as road paving, replacement of parking signs, and installation of underground conduits for communication systems, with contractors required to provide all necessary labor, materials, and equipment. This contract is significant for maintaining infrastructure at various U.S. Navy facilities, including U.S. Fleet Activities Yokosuka and the U.S. Embassy in Tokyo. The solicitation is expected to be released on sam.gov, with a five-year ordering period and an anticipated award in the third quarter of FY26; interested parties should contact Yuko Yoshino at yuko.yoshino.ja@fe.navy.mil for further details.
    PMI for Fire Protection and IDS at CFAY
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for preventive maintenance and inspection services for fire protection and intrusion detection systems at various locations under the U.S. Commander Fleet Activities, Yokosuka (CFAY) in Japan. The procurement aims to establish a combination contract that includes both recurring and non-recurring service orders to ensure the operational readiness and safety of these critical systems at sites including Ikego, Urago, Azuma, Negishi North Dock, Tsurumi, and Nagai. These services are vital for maintaining safety and security standards within military facilities, thereby supporting overall mission readiness. Interested contractors can reach out to Ryouhei Shindo at Ryouhei.Shindo.ln@us.navy.mil or by phone at 0081 46 816 7513 for further details regarding the solicitation process.
    Integrated Solid Waste Management South at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking contractors for the Integrated Solid Waste Management South project at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler in Okinawa, Japan. The contract involves the collection and disposal of solid waste, including non-residential and general waste, as well as providing containers for unscheduled collections during special events at various U.S. Government Installations on Okinawa. This service is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring compliance with local regulations and labor standards. Interested contractors must be authorized to operate in Japan and possess the necessary permits and licenses; for further inquiries, they can contact Chizuru Akamine at chizuru.akamine.ja@fe.navy.mil or Bowba Cisse at bowba.cisse.civ@us.navy.mil.
    USS DEWEY (DDG 105) FY26 6C1 SRA(d) TGI 38K4243901-A01, Yokosuka, Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for ship repair and maintenance services for the USS DEWEY (DDG-105) during its FY26 6C1 SRA(d) availability in Yokosuka, Japan. The selected contractor will be responsible for providing comprehensive management, technical, procurement, production, testing, and quality assurance services necessary for the repair and maintenance of the vessel, adhering to applicable standards and specifications. This opportunity is critical for ensuring the operational readiness of naval vessels and maintaining the integrity of the fleet. Interested offerors must submit their proposals by December 15, 2025, at 10:00 AM Japan Standard Time, and can request access to the Work Specification Package by contacting Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.