Movement and Maintenance of Government Furniture and Appliances at Naval Air Facility (NAF) Atsugi
ID: FA520924Q0060Type: Solicitation
Overview

Buyer

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

NAICS

Used Household and Office Goods Moving (484210)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the movement and maintenance of government furniture and appliances at the U.S. Naval Air Facility (NAF) Atsugi, Japan. The contractor will be responsible for providing all necessary personnel, equipment, and services to ensure efficient logistics support, including pickup, delivery, cleaning, and maintenance of various items, while adhering to applicable Japanese laws and regulations. This initiative is crucial for maintaining the quality of government housing and ensuring operational efficiency for military personnel and their families. Proposals are due by September 24, 2024, with a minimum contract guarantee of JPY 100,000 and a maximum value of JPY 400,000,000 over five ordering periods from 2025 to 2029. Interested parties can contact Kenji Urasaki at kenji.urasaki.jp@us.af.mil for further information.

    Files
    Title
    Posted
    The memorandum documents the minutes from a pre-proposal conference for Request for Quotation (RFQ) No. FA520924Q0060 concerning the movement and maintenance of government furniture and appliances at Naval Air Facility Atsugi. Conducted on September 4, 2024, the meeting featured government representatives explaining key documents, deadlines, and requirements to prospective offerors. Key details include a proposal submission deadline of September 24, 2024, with a minimum contract guarantee of JPY 100,000 and a maximum of JPY 400,000,000 over a five-year period. The presentation also covered essential instructions for completing the RFQ, evaluation factors for award, and specifics about the Performance Work Statement (PWS), including service descriptions and maintenance requirements. Attendees were informed to submit further questions by September 13, 2024. The conference concluded with a warehouse tour to observe the items involved in the project. Written requirements prevail if discrepancies arise, maintaining the procurement process's integrity for following potential contractors.
    The document outlines a Request for Proposal (RFP) issued by the 374th Airlift Wing for the movement and maintenance of government furniture and appliances at Naval Air Facility (NAF) Atsugi, Japan (Solicitation No. FA520924Q0060). The pre-proposal conference is scheduled for September 4, 2024, with a question deadline on September 13 and proposal submissions due by September 24, 2024. The contracting officers are Mr. Ken Sato and Mr. Kenji Urasaki from the 374th Contracting Squadron. The contract will involve providing personnel, equipment, and services within a specified service area, including on-base and within a 60-kilometer radius around NAF Atsugi. The contract has a minimum guarantee of JPY 100,000 and a maximum value of JPY 400,000,000, with five ordering periods from 2025 to 2029. Key documents included in the solicitation package detail instructions for engagement, evaluation criteria, and a pricing schedule. The performance work statement (PWS) outlines the specific responsibilities and compliance requirements for successful bidders. Overall, the RFP emphasizes integrity, service, and excellence within the framework of government contracting processes.
    The memorandum from the 374th Contracting Squadron of the U.S. Air Force outlines essential policies and procedures for businesses engaging with the U.S. government. It emphasizes the importance of full and free competition in procurement processes and cautions against vendor collusion, which violates government purchasing policies. Firms that obstruct competition may find their proposals rejected and future participation barred. The document further underlines the responsibility of government personnel to conduct all business dealings without compromising integrity, highlighting the inclusion of a "gratuities" clause in contracts. This clause prohibits gifts and inducements offered to government employees with the intent of securing contracts or favorable treatment, reinforcing that such actions are illegal. The memorandum encourages firms to report any irregularities observed while engaging in commercial activities with government personnel. Overall, the document serves as a guide for prospective proposers on complying with ethical standards and ensuring fair competition in federal contracting.
    The memorandum from the 374th Airlift Wing of the Department of the Air Force outlines the solicitation for a contract (No. FA520924Q0060) concerning the movement and maintenance of government furniture and appliances at Naval Air Facility (NAF) Atsugi, Japan. The government seeks a Firm-Fixed-Price Purchase Order and emphasizes that offerors must provide quotes for all line items. Successful bidders must hold valid operational licenses under Japanese laws. A pre-proposal conference scheduled for 04 September 2024 will facilitate discussions and clarify any inquiries regarding the solicitation. Attendance requires prior registration with limited attendees per offeror. The document stipulates that prospective contractors must manage their System for Award Management (SAM) registration and submit quotes electronically. Key contacts for the solicitation are provided, with additional guidance on accessing U.S. installations for the conference and site visits. This notice is crucial for ensuring compliance with procurement laws and facilitating a transparent bidding process for relevant government services.
    The Performance Work Statement (PWS) for the Movement and Maintenance of Government Furniture and Appliances at Naval Air Facility Atsugi outlines the responsibilities of the contractor. The contractor must provide personnel, equipment, and services to transport and maintain government-issued furniture and appliances within specified areas around Atsugi, Japan, while complying with local laws. Services include pickup, delivery, and basic cleaning for listed items, with a strict timetable for operations. Key performance objectives include minimizing defects during service and ensuring inspections before loading items. The contractor is responsible for any damage during transport and must provide an English-speaking liaison for customer communication. Additionally, the document addresses emergency service provisions, humanitarian response capabilities, and necessary security requirements for accessing U.S. installations. Liability clauses ensure the contractor is accountable for personal injury, property damage, and loss or damages from furniture and appliance handling. Overall, this PWS emphasizes performance-based principles essential for effective and compliant service delivery at a U.S. military facility, demonstrating the government's focus on detailed and structured contractor engagement.
    The document outlines a solicitation for a contract to manage the movement and maintenance of government furniture and appliances at U.S. Naval Air Facility (NAF) Atsugi. It specifies a single Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, indicating minimum and maximum order values of JPY 100,000 and JPY 400,000,000 respectively. The solicitation includes detailed pricing arrangements for various services, encompassing general pickup and delivery, cleaning, and maintenance of furniture and appliances across multiple areas and ordering periods. Each service category specifies quantities, units, and pricing structures. The initiative aims to streamline logistical support for government housing, ensuring efficiency and compliance with federal regulations. It emphasizes the involvement of Women-Owned Small Businesses (WOSB) and includes specific requirements for offers, such as pricing in whole yen and contract performance terms. The document is structured to guide vendors on submission requirements and contractual obligations, establishing a clear framework for the acquisition process focused on operational effectiveness and regulatory adherence.
    The document outlines a solicitation for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the movement and maintenance of government furniture and appliances at Naval Air Facility Atsugi, Japan. This solicitation is specifically targeted at Women-Owned Small Businesses (WOSB), emphasizing inclusivity in federal contracting. The contractor is responsible for transportation, minimal cleaning, and maintenance of government-issued items, requiring adherence to detailed performance specifications. The contract has a minimum guaranteed amount of JPY 100,000 and a maximum value capped at JPY 400,000,000, spanning over periods from 01 January 2025 to 31 December 2029. A specific pricing arrangement, firm fixed price, applies to various line items detailing services and estimated quantities. Submission guidelines for proposals include critical information such as representations, certifications, and past performance documentation, evaluating offers based on price and performance history. The evaluation process is designed to identify responsible contractors positioned to effectively meet the government's supply and service needs, ensuring accountability and compliance with performance standards. Overall, the document serves to facilitate the procurement of essential services while promoting equitable participation from diverse businesses.
    The document outlines a Performance Work Statement (PWS) for the movement and maintenance of government furniture and appliances at the U.S. Naval Air Facility (NAF) Atsugi, Japan. The contractor is responsible for providing all necessary personnel and equipment to perform these services within a specified range around the base. Key services include pickup, delivery, cleaning, and maintenance of various government-issued appliances and furniture, ensuring compliance with both contract stipulations and Japanese laws. The work involves systematic scheduling, inspections, and documentation, including movement orders. The contractor must respond promptly to any changes in service requests and provide English-speaking personnel for communication. Special attention is given to emergency service requests and cancellation protocols, outlining conditions under which charges apply. The document includes performance objectives, service thresholds, and quality assurance measures to evaluate contractor performance. Humanitarian assistance in emergency situations is also part of the scope. Overall, this PWS indicates the federal government's commitment to efficient logistics in support of military personnel and their families, reflecting best practices in public procurement and service delivery standards.
    The document outlines a pre-proposal Q&A session regarding a government contract for maintenance and cleaning services at a facility in Atsugi, Japan. The government plans to award a single IDIQ contract over a five-year period, utilizing ordering periods based on its funding structure. Cleaning will be conducted in a provided warehouse, with two government employees monitoring the process. Contractors are responsible for moving and cleaning items but are not required to describe truck specifications or utilize a forklift, as the government will handle forklift operations. Past performance requirements emphasize that contractors must provide relevant transportation service contracts, including those from partners or subcontractors. The standard for cleanliness is defined as satisfactory for reuse rather than brand new, and contractor employees can access office spaces for breaks during cleaning tasks. The Q&A reveals logistical expectations and clarifies regulatory obligations related to the contract bidding process, ensuring compliance with local transportation laws. Overall, the document serves as a guide for potential contractors to understand their roles and responsibilities in fulfilling the maintenance and cleaning services contract.
    The document pertains to the solicitation FA520924Q0060, which invites offers for the movement and maintenance of government furniture and appliances at Naval Air Facility (NAF) Atsugi. It outlines requirements for potential contractors to submit a reference list detailing their past performance on relevant contracts. Submitters must provide key information about up to three contracts, including the nature of services provided, contracting agency details, contract numbers, values, durations, points of contact, and any performance issues noted. The document underscores the necessity for relevance in past performances relative to the proposed work and demands that bidders affirmatively state if they possess no relevant past performance history. This format allows the government to evaluate contractors based on their experiences and compliance with contract specifications, playing a crucial role in the federal contracting process while ensuring accountability and informed decision-making.
    The document outlines maintenance and cleaning procedures for various furniture and appliances at the GI Atsugi facility. It details specific cleaning methods, materials, and estimated time for each item. For furniture such as sofas, chairs, and tables, tasks include vacuuming, wiping with all-purpose cleaners, and addressing scratches on wooden components with touch-up paint. Appliances like refrigerators, gas ranges, and washing machines require thorough cleaning inside and out, utilizing specific cleansers and removing parts for proper sanitation. Estimated times range from one to thirty minutes, varying by task complexity. This document serves the purpose of guiding government contractors or maintenance crews in fulfilling the cleaning and maintenance requirements outlined in federal or local requests for proposals (RFPs), ensuring all tasks are compliant with health and safety standards. It highlights the government's commitment to maintaining clean and functional facilities for operational efficiency and well-being.
    The document outlines Solicitation No. FA520924Q0060, detailing pricing schedules for various services related to the movement and maintenance of government furniture and appliances at the U.S. Naval Air Facility (NAF) Atsugi. It includes five ordering periods, each specifying supply and service line items along with estimated quantities and unit measures. Key services encompass cleaning and maintenance of household items such as sofas, chairs, and appliances, alongside general pickup and delivery services within designated areas around NAF Atsugi. Cancellation and emergency service charges are also detailed. Importantly, this document serves as part of the solicitation process for potential contractors while specifying performance requirements as per the Performance Work Statement (PWS). It underscores the government’s need for reliable service providers to maintain housing quality for personnel through standardized pricing and service guidelines, ensuring compliance with federal contracting protocols.
    Similar Opportunities
    N40084 FACILITY SERVICIES, HOUSING EQUIPMENT CLEANING AT THE NAVAL AIR FACILITY ATSUGI AND COMBINED ARMS TRAINNG CENTER, CAMP FUJI
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking contractors for facility services related to housing equipment cleaning at the Naval Air Facility Atsugi and the Combined Arms Training Center at Camp Fuji, Japan. The contract will encompass a single award Indefinite Delivery/Indefinite Quantity type performance-based service contract, which includes both recurring and non-recurring work items such as cleaning drain pipes, dryer ducts, and water storage tanks to ensure sanitation and functionality. Interested offerors must be duly authorized to operate in Japan, comply with local regulations, and have an active registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Ms. Midori Otomo at midori.otomo.ln@us.navy.mil or by phone at +81-467-63-3144.
    Preventive Maintenance Program and Service Orders for Septic Tank Systems at Yokohama City Area in the U.S. Commander Fleet Activities Yokosuka (CFAY), JAPAN by Combination Contract of Recurring Work & Non-Recurring Work Items
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for a Preventive Maintenance Program and Service Orders for septic tank systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The contract will be structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, encompassing both recurring and non-recurring maintenance services over a base period and four one-year option periods, aimed at ensuring the effective management and compliance of septic systems critical to military operations. Proposals must be submitted in Japanese Yen, with a deadline set for September 25, 2024, and inquiries directed to Ms. Mariko Fukuoka at mariko.fukuoka.ja@fe.navy.mil. This opportunity emphasizes the importance of maintaining environmental standards and operational efficiency within U.S. military infrastructure abroad.
    Base Operations Support Contract (BOSC) at New Sanno, Tokyo, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting proposals for a Base Operations Support Contract (BOSC) at the New Sanno Hotel in Tokyo, Japan. This contract encompasses both recurring and non-recurring services, with a performance period from January 2025 to December 2029, including four one-year option periods. The services required include preventive maintenance, custodial services, pest control, solid waste management, and grounds maintenance, which are critical for maintaining operational efficiency and compliance with facility standards. Interested contractors must submit their proposals by October 18, 2024, and can direct inquiries to Ms. Junko Miyachi at junko.miyachi.In@us.navy.mil or by phone at 0468166956. A site visit is scheduled for September 24, 2024, with registration required by September 18, 2024.
    C-130 Maintenance & Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for C-130 Maintenance & Repair Services under solicitation number N6264924R0029. The procurement aims to secure comprehensive maintenance services for KC-130J aircraft, including both scheduled and unscheduled maintenance, technical directives, and full supply support, with a maximum contract value of $374,293,250. This contract is critical for ensuring the operational readiness and safety of the KC-130J fleet, which plays a vital role in military logistics and support operations. Interested contractors must submit their proposals electronically by 1600 JST on November 13, 2024, and can direct inquiries to Sara Robinson or Jonathan Groeschel via their provided email addresses.
    CUSTODIAL SERVICE AT MARINE CORPS INSTALLATIONS (MCI-PAC) CAMP SMEDLEY D. BUTLER, OKINAWA, JAPAN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking proposals for custodial services at Marine Corps Installations Pacific (MCI-PAC) located at Camp Smedley D. Butler in Okinawa, Japan. The procurement aims to ensure comprehensive janitorial services that maintain cleanliness and hygiene standards across the installations. These services are crucial for supporting the operational readiness and quality of life for personnel stationed at the facility. Proposals are due by September 19, 2024, at 10:00 AM Japan Standard Time, and interested parties can contact Tomomi Yokoda at tomomi.yokoda2.ln@us.navy.mil or Kimberly Groce at kimberly.d.groce.civ@us.navy.mil for further information.
    Z--Z--YSK-4319 Asagao Heights Whole House Renovation, Commander Fleet Activities, Yokosuka, Japan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the whole house renovation of Asagao Heights in Commander Fleet Activities, Yokosuka, Japan. The project includes the replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to the kitchen and common spaces. There may also be options for exterior window repair and replacement of the elevator system. The estimated construction project cost is between $10,000,000 and $25,000,000 USD. The contractor must be authorized to operate in Japan and comply with all Japanese laws and regulations. The project must be completed within 660 calendar days after the award date. Interested offerors can find more information on the Federal Business Opportunities (FBO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award. This notice is not a commitment by the government to award a contract. For more information, contact Ryouhei Shindo or Nicole Koyanagi.
    FY25 Sidetrack Roadbed Maintenance at Yokota Air Base
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 Sidetrack Roadbed Maintenance at Yokota Air Base in Japan. The contractor will be responsible for providing all necessary personnel, tools, equipment, and materials to ensure the reliable operation of Sidetrack No. 328, including tasks such as repairs, cleaning, weeding, and emergency repairs, in compliance with Japan Freight Railway Company regulations. This maintenance is crucial for maintaining the operational readiness of the railroad infrastructure at the base, with the contract period running from October 1, 2024, to September 30, 2025. Interested contractors must be licensed to operate in Japan and are encouraged to attend a pre-proposal site visit on September 9, 2024. For further inquiries, contact Mr. Go Ishikawa at go.ishikawa.jp@us.af.mil or Mr. Takahiro Tsukada at takahiro.tsukada.jp@us.af.mil.
    S--Maintenance and Inspection of HVAC Systems, Hangar, Aboveground Storage Tanks and Underground Storage Tanks for the U.S. Naval Air Facility Atsugi, Japan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance and inspection services for HVAC systems, hangars, aboveground storage tanks, and underground storage tanks at the U.S. Naval Air Facility, Atsugi, Japan. The services include maintenance, inspection, and repair of HVAC systems, refrigeration, biocidal treatment devices, and other HVAC related equipment at various locations. Additionally, maintenance, inspection, and repair services for hangars at various locations, as well as inspection, testing, and certification for aboveground storage tanks (AST) and underground storage tanks (UST) at various locations are required. Contractors must be authorized to operate in Japan and comply with all laws and regulations. The award will be given to the lowest priced, technically acceptable offer. Interested offerors can access the solicitation on the Asia Navy Electronic Business Opportunities (AsiaNECO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.
    Z--Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan. This project involves the renovation of the existing Family Housing Hirise Building, including replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to kitchen and common spaces. The contractor must be authorized to operate in Japan and comply with all local laws and regulations. The estimated magnitude of this construction project is between $10,000,000 and $25,000,000 USD. The work must be completed within 620 calendar days after the date of award. Interested offerors can find more information on the Federal Business Opportunities (FBO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.
    Z--IDIQ ROAD REPAIR FOR THE U.S. NAVAL AIR FACILITY ATSUGI, U.S. MARINE CORPS CATC CAMP FUJI, AND OTHER VARIOUS LOCATIONS IN KANTO PLAINS OPERATIONAL AREA, JAPAN
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking maintenance, repair, and alteration services for road pavement and related infrastructure at various locations in Kanto Plains operational area, Japan. The project includes repair, maintenance, and construction of road pavement, traffic paint, traffic bumps, sidewalks, concrete, drainage, catch basins, guardrails, speed tables, wheel stoppers, sodding, road signs, manual bollards, and other related work. The contract has a base year and four one-year option periods. The complete solicitation package will be posted around 15 November 2016.