Opportunity

SAM #FA520926R0003

U.S. Air Force Solicitation: Commercial Trucking & Multimodal Freight Services in Japan (CTSC 2.0)

Buyer

374th Contracting Squadron

Posted

May 04, 2026

Respond By

June 15, 2026

Identifier

FA520926R0003

NAICS

484121, 488510

The U.S. Air Force, through the 374th Contracting Squadron at Yokota Air Base, Japan, is soliciting proposals for the Commercial Trucking Solution Contract 2.0 (CTSC 2.0), a large-scale, multi-year contract for on-demand freight transportation and logistics services across Japan, including Okinawa. - Government Buyer: - U.S. Air Force, Pacific Air Forces, 374th Contracting Squadron (FA5209 374 CONS PK) - Contracting office at Yokota Air Base, Japan - Scope of Services: - On-demand transportation of government freight (over 10,000 annual orders) - Service types include: - General Trucking (medium/large trucks, flatbed, van/wing-type, wood-bed for ammunition/explosives) - Reefer Trucking (temperature-controlled, chilled/frozen, with monitoring) - Oversized/Overweight Trucking (trailers up to 36,000 kg, self-loaders, wreckers) - ISO Container Trucking (20ft/40ft chassis, dual 20ft capability) - Air-Suspension Trucking (for aircraft engines, specialized bracing) - Material Handling Equipment (forklifts, cranes, certified operators) - Multimodal Transportation (ferry, rail, air) - Product/Service Line Items: - Each service is procured as a "lot" per year/option period (see detailed part numbers) - Firm fixed price IDIQ contract with a $500 minimum and $249 million maximum - Notable Requirements: - Contractor must be fully licensed and registered to operate in Japan - Compliance with all Japanese laws, especially for hazardous/dangerous goods - Security escorts and dual driver protective service for sensitive freight - Quarterly service and damage reporting - Technical capacity and vehicle specifications detailed in the PWS - Period of Performance: - Five-year base ordering period with options, spanning from late 2026 to early 2032 - Places of Performance/Delivery: - Multiple U.S. military bases and federal facilities across Japan, including: - Yokota Air Base (Fussa, Tokyo) - Camp Kinser (Okinawa) - Sagami General Depot - US Fleet Activities Yokosuka - US Fleet Activities Sasebo - Misawa Air Base - Kadena Air Base (Okinawa) - Marine Corps Air Station Futenma (Okinawa) - OEMs and Vendors: - No specific OEMs or commercial vendors are named; open to qualified transportation/logistics providers - Estimated Contract Value: - Up to $249 million over the contract term

Description

COMBINED SYNOPSIS/SOLICITATION

FA520926R0003

COMMERCIAL TRUCKING SOLUTION CONTRACT 2.0 (CTSC 2.0)

NOTE 1: Funds are not presently available for this effort.  No award will be made under this solicitation until funds are available.  The Government reserves the right to cancel this solicitation, either before or after the closing date.  In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 

NOTE 2: The quote shall be valid until the contract award is made. The government intends to make award without negotiations by 30 Sep 2026. However, if negotiations are required, the government intends to make award by 31 Dec 2026.

1. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.

2. Solicitation number FA520926R0003 is issued as a request for proposal (RFP) for CTSC 2.0.

3. This acquisition is not set-aside for small business concerns. The solicitation FA520926R0003 (SF1449) (attachment 3) incorporates the provisions and clauses by reference. The full text may be accessed electronically at www.acquisition.gov.

4. Requirement Description: the Contractor shall provide all personnel, equipment, and services required for the on-demand transportation of Government freight using Contractor-provided vehicles, as scheduled by the Government on any calendar day. The Contractor shall be fully authorized to operate and perform all services required by the Performance Work Statement (PWS)(Attachment 1), in accordance with the terms of this contract and all applicable Government of Japan laws, regulations, and trade practices.

5. The following information can be found in the attached SF1449, PWS and/or pricing exhibits (Attachment 2).

A list of line-item number(s) and items, quantities, and units of measure, including option. Description of requirements for the items to be acquired. Date(s) and place(s) of delivery and acceptance. A list of solicitation provisions that apply to the acquisition. A list of contract clauses that apply to the acquisition.

6. Place of Performance: This project will be performed in its entirety in the country of Japan. The successful offeror must be licensed and registered to perform work in the country of Japan. The quoters shall furnish the Government with a copy of the permits/registration in accordance with SF1449, Addenda to FAR 52.212-1.

7. Pre-proposal Conference:

Dates: 12 May 2026 and 15 May 2026 Time: 1000 hours (each session; runs through the afternoon) Location: Yokota Air Base, Bldg 620 Language: Japanese

Two sessions will be held to accommodate offeror availability. The core content will be substantially the same. Offerors may attend either session; attendance at one session is sufficient. Offerors are highly encouraged to attend to ensure a full understanding of the requirement.

To participate in the conference, the offerors shall submit an attendance sheet (Attachment 5) to junko.maeda.jp@us.af.mil on or before 7 May 2026, NLT 1000 hrs. Please limit the number of participants to no more than three people per company. If you have any concerns or find it difficult to meet this requirement, please let us know in advance. Escorting for U.S. Installations.  For those offerors who are not base pass holders and require an escort to gain access on an U.S. installation for participation of the pre-proposal conference, the offerors must possess an individual identification with a photo.  If the offeror uses their Japanese driver license as identification, the individual must present their 8 digit password to gain access to the US installation. Escorting takes approximately 30 minutes therefore the offerors must arrive at least 30 minutes earlier at the gate of U.S. installation than the pre-proposal conference start-up time.  Should questions arise from the conference, they will be addressed on site, if possible, then compiled and sent to all interested parties.  Offerors are requested to submit any questions to the contract specialist noted above not later than 22 May 2026.  Information provided at this conference shall not qualify the terms and conditions of the solicitation and PWS and will remain unchanged unless the solicitation is amended in writing.  If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply.

8.  All companies shall be registered in the System for Award Management at https://www.sam.gov/SAM/ to be considered for award. 

Attachments:

Performance Work Statement (PWS CTSC 2.0 20260429) Pricing Exhibits (Exhibits CTSC 2.0 20260429) Solicitation FA520926R0003 (SF 1449) Business with U.S. Government Attendance Sheet

View original listing