Opportunity

SAM #N4008426B6300

CHT and Industrial Waste Disposal Services for Naval Ships at Sasebo, Japan

Buyer

NAVFAC Far East

Posted

May 07, 2026

Respond By

June 08, 2026

Identifier

N4008426B6300

NAICS

562211, 562219, 562998

NAVFAC Far East is seeking contractors for Collection, Holding, and Transfer (CHT) and disposal services for ship-generated waste at Commander, Fleet Activities, Sasebo (CFAS), Japan. - Government Buyer: - Naval Facilities Engineering Systems Command (NAVFAC) Far East, Resident Officer in Charge of Construction (ROICC) Sasebo - Services Requested: - Collection, holding, transfer, and on-site treatment of black and gray wastewater and industrial waste from CPF home-ported and visiting ships and submarines - Contractor must provide barges and all necessary resources (labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering) - Unique Requirements: - Contractor must possess valid collection, transportation, and disposal licenses and permits issued by Japanese authorities - Compliance with the Waste Management and Public Cleansing Act, Japanese Environmental Governing Standards (JEGS), and all applicable Japanese, prefectural, and local regulations - Multi-year contract anticipated (one base year plus four option years) - No specific OEMs or vendors are mentioned in the notice - Place of Performance: - Commander, Fleet Activities, Sasebo (CFAS), Japan - Contracting office: NAVFAC Far East, ROICC Sasebo Contracting Branch, FPO AP

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS.

The intent of this notice is to identify potential offerors.  Naval Facilities Engineering Systems Command (NAVFAC) Far East, Resident Officer in Charge of Construction (ROICC) Sasebo, is currently seeking interested contractors who are both willing and qualified to provide Collection, Holding, and Transfer (CHT) for ship-generated waste which includes black and gray wastewater and industrial waste from all Commander, U.S. Pacific Fleet (CPF) home-ported ships, visiting ships, and submarines.

The Contractor would be required to provide barges for collection, holding, transfer and on-site treatment service for black water and gray wastewater generated from naval ships (at anchorage and/or in port) and submarines. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the CHT services, within CFAS, Japan and outlying areas supported by this installation under CFAS, under a performance-based contract that is comprised of both Recurring Work and Non-Recurring Work Items.

The Contractor would be required to have valid collection, transportation and disposal licenses, permits and authorizations issued by the Japanese governing authority for the treatment and handling of CHT Services in accordance with the Waste Management and Public Cleansing Act, Japanese Environmental Governing Standards (JEGS), and all applicable Japanese, prefectural, local laws, regulations and standards including Prevention of Marine Pollution and Maritime Disasters Law. The Contractor would be required to possess applicable licenses and permits depending on the waste treatment operations.

The Contractor would also be required have valid Industrial Waste (IW) collection, transportation and disposal permits and licenses in accordance with the Japan Environmental Governing Standards (JEGS) and Government of Japan (GOJ) regulatory requirements.

The Government is contemplating issuing a commercial solicitation in accordance with FAR Part 12. The Government is contemplating a multiple year (one year base period and four one-year option periods) contract. The Government is also considering two different contracting vehicles, an Indefinite-Delivery Indefinite Quantity (IDIQ) or a Requirements Contract in accordance with FAR 16.5.

Please see the attached DRAFT PWS (Performance Work Statement) for a general idea of the required work, Attachment (1)_DRAFT PWS_CHT SVC_Renewal

If you are capable of and interested in performing this requirement, please complete and submit Attachment (2): Contractor Information.  Please provide any comments/recommendations/questions in this form.  The response will be used as market research to help determine the acquisition method utilized by the Government for this requirement.

In order to be eligible for any U.S. Government award, a contractor must register in the “System for Award Management” at www.sam.gov and have a valid CAGE code. Interested contractors are encouraged to begin the registration process as soon as possible.

If you are interested in this requirement or have any feedback or questions, please provide your contact information and responses to the three questions below:

Company name Your name (Point of Contact) Email address Telephone number(s) Questions or other feedback regarding this potential consolidation

Please submit the information to Masayo Sonoda via e-mail at Masayo.Sonoda.ln@us.navy.mil, no later than 10:00 am on 08 June 2026, using the subject line “Sources Sought N4008426B6300”.

Contracting Office Address:       NAVFAC Far East, ROICC Sasebo Contracting Branch

                                                   PSC 476 BOX 66  FPO AP 96322-1160

Point of Contact(s):                     Masayo Sonoda, Contract Specialist

                                                    Masayo.Sonoda.ln@us.navy.mil / 81-956-50-2394

View original listing