Operation and Maintenance Services for Swimming Pool Water Treatment Systems at CFAS, Japan
ID: N4008425B6302Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM FAR EASTFPO, AP, 96349-0013, USA

NAICS

Facilities Support Services (561210)

PSC

OPERATION OF RECREATION FACILITIES (NON-BUILDING) (M1PA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting bids for Operation and Maintenance Services for Swimming Pool Water Treatment Systems at U.S. Fleet Activities in Sasebo, Japan. The contract encompasses both recurring and non-recurring maintenance tasks for various swimming pools located at the Main Base and Hario Housing, ensuring compliance with the Performance Work Statement (PWS) and federal regulations. These services are crucial for maintaining safe and operational swimming facilities for military personnel and their families. Interested contractors must submit their bids by May 22, 2025, and can direct inquiries to Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or by phone at 011-81-956-50-2394.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an Amendment of Solicitation/Modification of Contract aimed at extending the due date for bids related to a federal procurement. Specifically, it pertains to solicitation number N4008425B6302 with the United States Navy Facilities Engineering Command (NAVFAC) Far East. The amendment officially changes the bid submission deadline from March 5, 2025, to March 28, 2025, at 10:00 AM, while stating that all other terms and conditions of the original solicitation remain unchanged. Bid submissions must acknowledge this amendment to avoid rejection. The document outlines required methods for acknowledgment, including completing specified items in the amendment or referencing it in submitted offers. The amendment reflects standard administrative procedures for federal RFPs, ensuring all potential contractors are informed of essential deadline changes to facilitate fairness and compliance in the bidding process. It emphasizes the importance of timely acknowledgment to maintain the integrity of the solicitation procedure.
    This government document is an amendment to the solicitation for maintenance of the swimming pool at the Central Field Activity Sasebo (CFAS). Specifically, it addresses Amendment 03, which extends the bid submission deadline to May 2, 2025, at 11:00 AM. The initial deadline was set for March 28, 2025. The amendment confirms that all other terms and conditions of the original solicitation remain unchanged. It details the process by which contractors must acknowledge receipt of the amendment, emphasizing the importance of timely acknowledgment to avoid potential rejection of their bids. This document is a standard modification of a solicitation under federal guidelines, aimed at facilitating the procurement process. Overall, it serves to inform potential contractors of the revised bidding timeline while maintaining the integrity of the original solicitation terms.
    The document is an amendment to solicitation N4008425B6302 concerning the maintenance of a swimming pool at the CFAS. The primary purposes of Amendment 0003 include extending the bid due date to May 22, 2025, rescheduling a site visit to May 8, 2025, and updating delivery dates for specified Contract Line Item Numbers (CLIN) along with revisions to the attachment lists. Key attachments include the Performance Work Statement and a revised equipment list, while also removing certain previously required forms. The document emphasizes terms regarding bid submissions, including the requirement for bidders to be registered in the System for Award Management (SAM) and to submit bids only in Japanese yen. A Pre-Bid Conference and Site Visit will occur, necessitating Base Access Pass submissions for attendees. The amendment provides instructions for both electronic and hand delivery of bids, reminders on tax exemptions under the U.S.-Japan Status of Forces Agreement, and specifications related to joint ventures. These instructions and updates aim to ensure compliance with federal contracting requirements and facilitate participation in the procurement process, underscoring the importance of communication between the government and potential contractors.
    This document outlines the Performance Work Statement (PWS) for Operation and Maintenance Services for swimming pool water treatment systems at U.S. Fleet Activities, Sasebo. It specifies the requirements for contractors to provide services through a performance-based contract that includes both recurring and non-recurring work items. The document is organized into annexes detailing general information, management and administration, and technical requirements necessary for executing the contract. Key responsibilities of the contractor include providing all necessary labor, management, tools, and equipment, while adhering to safety and regulatory standards. Furthermore, it emphasizes the Navy's approach to performance-based service acquisition, including measurable performance outcomes and standards. It outlines detailed management requirements, personnel qualifications, and quality management systems that must be in place to ensure compliance with environmental and operational guidelines. The document serves as a vital resource for contractors bidding for federal contracts and establishes clear expectations regarding service delivery, safety procedures, and the oversight responsibilities of both the contractor and the government.
    The government solicitation #N4008425B6302 outlines requirements for recurring and non-recurring maintenance work on multiple pool facilities, focusing on operational and preventive maintenance for water treatment systems over various periods. The document presents detailed line items, specifying labor, chemicals, and associated costs for recurring work across several specified pools, as well as non-recurring work pricing. The solicitation is divided into distinct line items for base, first, second, third, and fourth option periods, with each section requiring the provision of labor and materials necessary for maintenance operations. Each line item includes quantities, descriptions, and potential costs, highlighting the importance of a contractor's mark-up rate in pricing. Key points include a focus on ensuring safety and operational efficiency in pool facilities while adhering to governmental standards. This document serves as a Request for Proposal (RFP) aiming to attract qualified firms capable of fulfilling these maintenance demands in compliance with established federal regulations. Overall, it reflects the government's ongoing investment in public facility maintenance and safety.
    The document is a Pre-Bid Inquiry Form related to Solicitation No. N4008425B6302 for maintenance of swimming pools at CFAS, Japan. It provides a structure for potential offerors to submit inquiries regarding the bidding process. Key components of the form include sections for the offeror's name, date, address, phone number, and email, along with designated spaces for questions and government responses. This structured format facilitates communication between offerors and the government, ensuring clarity regarding bid requirements. The emphasis on government response underscores the importance of transparent dialogue in the RFP process. Overall, this document is critical for maintaining an organized and efficient bidding environment for federal contracts, specifically for swimming pool maintenance at the designated location.
    The "入門パスと警備のハンドブック" for contractors at the U.S. Navy Sasebo Base serves as a comprehensive guide to access regulations and security protocols. It details the issuance and proper usage of various types of passes, such as DBIDS Cards and Vehicle Passes, while emphasizing the importance of adhering to strict protocols to prevent unauthorized use or loss. The handbook outlines the responsibilities of pass coordinators and provides application procedures across multiple sections, including working hours of the Visitor Control Center, pass application instructions, and penalties for misuse or violations. Key topics include documentation necessary for applying for passes, the management and return of passes upon termination of contracts, and the security requirements for vehicle access. The document underscores the importance of compliance with military and Japanese laws to ensure safe and secure operations within the base, reflecting the structured and regulated approach to access management in a military context.
    The document outlines the application process for a Vehicle Access Pass required by contractors and subcontractors seeking entry to secure areas within the Fleet Activities in Sasebo, Japan. It comprises personal identification details, including name, gender, nationality, and physical characteristics of the applicant, as well as employer information, vehicle specifications, and access areas. The form is designed to capture essential information to comply with the Privacy Act, ensuring data protection and authorized usage for pass processing. Specifications include a section for the sponsor's name, email, signature, and affiliated organization's contact information. There are sections for noting the contract period, type of contract, and access area selections, reinforcing the connection between the employment and the request for access. The document also emphasizes the voluntary nature of completion, with warnings about potential penalties for misuse of personal information. Overall, this form serves as an essential element in maintaining security protocols and regulatory compliance for vehicle access to military facilities.
    The document provides a detailed procedure for the registration and issuance of Local Population ID cards and base access passes by the Department of the Navy (DON). It outlines the legal authorities, purpose, and required personal information for individuals seeking access to Department of Defense (DoD) installations and facilities. The primary goal is to utilize biometric databases and maintain security for installations under DoD, DON, or Marine Corps jurisdiction by monitoring access through verification processes. The document includes sections on identity proofing, employment activity, prior felony convictions, and the responsibilities concerning the return of ID cards upon expiration or employment termination. Additionally, it stipulates the authorization for information collection and sharing for background checks with agencies like the FBI and Homeland Security to determine an individual’s fitness for access. The form emphasizes the voluntary nature of information disclosure, though it states that failure to provide necessary details could lead to denied access. It establishes stringent vetting processes, including checks against watch lists and databases for criminal and security risks. This document is critical in ensuring safety and security within military operations while fostering compliance with legal standards for access control.
    The document is a Personal History Statement (USFJ FORM 196aEJ) required for collecting personal information from employees, particularly focusing on those associated with USFJ installations and the Government of Japan. It includes sections for general information such as name, date of birth, sex, address, contact details, citizenship, military family status, education history, employment history, and any legal background. This form is essential for maintaining personal records and processing employment actions related to various government positions, highlighting that failure to complete the form may delay employment processing. The Privacy Act Statement outlines the legal authority for collecting this information, its mandatory nature, and potential consequences of providing false information. As such, the document serves both administrative and compliance purposes, ensuring accurate and comprehensive data collection for personnel management within these government entities.
    The document is a Personal History Statement (USFJ Form 196bEJ) primarily used for employment processing by the United States Forces Japan (USFJ) and the Government of Japan. It requires personal information from applicants, including full name, date of birth, fingerprints, employment history, and citizenship status. The form asks about previous names, other citizenships, and character references who are not affiliated with the applicant's employment or family. It also includes sections for detailing relatives, their birthplaces, and temporary addresses in Japan. Additionally, applicants must disclose past or present memberships in political organizations and associations. Clear guidelines indicate that providing false information may lead to immediate employment termination or disapproval of applications. The Privacy Act Statement outlines the legal authority and purpose of collecting this data, ensuring compliance with regulations and facilitating background checks. The document emphasizes the necessity of accurate and complete information for processing employment in this governmental context, underscoring its role in security assessments related to personnel associated with USFJ.
    This document outlines compliance requirements regarding telecommunications and video surveillance services in response to federal solicitations. It references Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from procuring or extending contracts for covered telecommunications equipment or services that are critical or essential components of any system. Contractors must represent whether they will provide such technologies and disclose detailed information if they affirmatively respond. This includes specifics about the equipment and services offered, their intended use, and the entities involved in providing or manufacturing these services. The overarching goal of this provision is to ensure that government procurement avoids reliance on potentially compromised telecommunications systems, thus safeguarding sensitive information and national security. Compliance with these regulations is crucial for any contractor participating in federal RFPs or federal grants.
    This document outlines the tax implications for federal procurements involving foreign contractors, specifically addressing the 2 percent tax on specified federal procurement payments to foreign persons, as per 26 U.S.C. 5000C. A foreign person is defined as anyone who is not a U.S. citizen or entity. Exemptions from this tax are available, which contractors must claim through IRS Form W-14, submitted to the acquiring agency. The contractor must disclose their foreign status, select their exemption claim, and ensure compliance, as failure to submit Form W-14 results in the government withholding the full tax amount. The document reinforces that tax-related disputes will be handled by the IRS, not contractually. It highlights the importance of accurate classification of contractor status and proper filing for tax exemptions, reflecting necessary compliance measures within government RFPs and procurement processes.
    The Form W-14, issued by the Department of the Treasury and the Internal Revenue Service, is designed for foreign contracting parties receiving federal procurement payments. It serves the primary purpose of certifying the foreign entity's identity and its eligibility for exemptions from U.S. taxes under specific international agreements. The form requires detailed information, including the foreign party's name, country of incorporation, addresses, taxpayer identification number, and the acquiring agency’s contact details. Sections of the form address exemptions based on international treaties and procurement agreements, necessitating a breakdown of contract prices into exempt and nonexempt amounts if applicable. Additionally, the form includes a certification statement under penalties of perjury, ensuring the accuracy of the provided information and acknowledgment of relevant tax obligations. Overall, Form W-14 facilitates compliance with U.S. tax regulations for foreign parties engaged in federal procurement, ensuring proper documentation for tax exemption claims under specific criteria, relevant especially in the context of government Requests for Proposals (RFPs), federal grants, and local procurement activities.
    The document outlines a federal initiative aimed at streamlining the processes surrounding Requests for Proposals (RFPs) and grant applications at multiple governmental levels. Its primary objective is to improve efficiency, reduce administrative burdens, and enhance accessibility for potential applicants. Key elements include the establishment of standardized guidelines for RFPs and grant proposals, a focus on equitable funding distribution, and the implementation of digital platforms for submission and review. Supporting points discuss the integration of technology to facilitate real-time tracking and updates for applicants, as well as training programs for agency staff to ensure consistent application of the new processes. The document further emphasizes the importance of stakeholder engagement and feedback to refine practices continuously. Overall, this initiative reflects a broader effort to promote transparency, fairness, and effectiveness in the allocation of federal and state resources, ultimately aiming to better support local communities and projects in need of funding and assistance.
    The document is a solicitation for bids related to operation and maintenance services for swimming pool water treatment systems at U.S. Fleet Activities, Sasebo, Japan. The Request for Proposal (RFP) outlines the requirement for both recurring and non-recurring work over a specified contract period, structured into various contract line item numbers (CLINs) covering base periods and optional extensions. Key requirements include compliance with a Performance Work Statement (PWS), registration in the System for Award Management (SAM), and adherence to numerous federal acquisition regulations. The document details the bidding process, including submission guidelines, pre-bid conferences, bid opening procedures, and required documentation. It emphasizes the importance of tax exemptions under the Status of Forces Agreement for U.S. government contracts in Japan. Additionally, bidders need to comply with certain qualifications and guidelines, including restrictions on telecommunications equipment and potential warranty disclaimers. The solicitation aims to attract competitive bids from contractors, particularly emphasizing compliance and operational standards essential for government contract fulfillment.
    Similar Opportunities
    Oily Wastewater Treatment Service
    Dept Of Defense
    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.
    Indefinite Delivery/Indefinite Quantity (IDIQ), Painting for Various Locations at the Command Fleet Activities Yokosuka and Atsugi, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to perform painting services at various locations in Japan, including the Command Fleet Activities Yokosuka and Atsugi. The scope of work encompasses painting and related tasks such as scaffolding, protective coating, and repair and replacement activities across multiple sites, including U.S. Fleet Activities and the U.S. Embassy in Tokyo. This procurement is crucial for maintaining the facilities' operational readiness and aesthetic standards, with an anticipated contract value of up to JPY6,000,000,000 over a five-year ordering period. Interested parties should contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or call 046-816-2874 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    PMI for Fire Protection and IDS at CFAY
    Dept Of Defense
    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 for these critical safety systems at sites such as Ikego, Urago, Azuma, Negishi North Dock, Tsurumi, and Nagai. These services are vital for ensuring the operational readiness and safety of facilities within the naval command. 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.
    Indefinite Delivery/Indefinite Quantity (IDIQ), Painting for Various Locations at the Command Fleet Activities Yokosuka and Atsugi, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to perform painting services at various locations in Japan, including the Command Fleet Activities Yokosuka and Atsugi. The scope of work encompasses painting and related tasks such as scaffolding, protective coating, and repair or replacement activities across multiple sites, including U.S. military facilities and the U.S. Embassy in Tokyo. This contract is significant for maintaining the operational readiness and aesthetic standards of military installations, with an anticipated five-year ordering period and a total value of up to JPY6,000,000,000. Interested parties should contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or call 046-816-2874 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    USS Rafael Peralta (DDG-115)6A1 CMAV ICN/KO: 38K6A99101-A01,38K6A62501 -A01
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for scaffolding installation and removal services in support of the USS Rafael Peralta (DDG-115) at Yokosuka Naval Base, Japan. The contract is specifically aimed at firms with an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) that are authorized to operate in Japan, emphasizing compliance with NAVSEA and SRF-JRMC standards for quality assurance and operational procedures. Proposals must be submitted by December 19, 2025, at 10:00 AM Japan Standard Time, with access to detailed work specifications available through DoD SAFE upon request by December 15, 2025. Interested parties can contact Yoko Yamaguchi at yoko.yamaguchi.ln@us.navy.mil for further inquiries.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Repair and Replace Roof System FY26 at the Commander Fleet Activities Yokosuka, Naval Air Facility Atsugi, and U.S. Government Installations in the Kanto Region, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to repair and replace roof systems at various U.S. Government installations in the Kanto Region, Japan, including Commander Fleet Activities Yokosuka and Naval Air Facility Atsugi. The scope of work encompasses roofing repairs and replacements, along with related tasks such as installing aluminum copings, flashings, drains, and conducting asbestos sampling. This procurement is crucial for maintaining the integrity and safety of the facilities, with an anticipated contract value of up to JPY5,000,000,000 over a five-year ordering period. Interested parties should contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or call 046-816-4095 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    P530 Aircraft Intermediate Maintenance Facility, Kadena Air Base
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Japan District, is conducting a Sources Sought Market Survey for the P530 Aircraft Intermediate Maintenance Facility project at Kadena Air Base, Okinawa, Japan. This Design-Bid-Build (DBB) construction project aims to build an intermediate maintenance facility to support the Aircraft Intermediate Maintenance Detachment (AIMD), with an estimated project magnitude between $25 million and $100 million. The facility is crucial for enhancing operational efficiency and safety in aircraft maintenance, adhering to various building codes and standards, including fire protection and anti-terrorism measures. Interested local firms must respond by 2:00 PM Japan Standard Time on January 15, 2026, and are required to be registered in the System for Award Management (SAM) and possess necessary construction licenses from the Government of Japan. For further inquiries, contact Erica Stiner at erica.j.stiner@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil.
    Berthing and Messing Barge YRBM-57 Intermediate Maintenance Availability (IMAV)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Intermediate Maintenance Availability (IMAV) of the Berthing and Messing Barge YRBM-57, with a performance period from March 1 to June 15, 2026, at Yokosuka Naval Base in Japan. The procurement includes critical repair and upgrade tasks such as the installation of split air conditioning systems, inspection of sewage collection and holding tanks, and replacement of the cosmetic polymeric deck covering system, all of which require adherence to NAVSEA standards and the contractor's possession of an active U.S. Navy Master Agreement for Repair and Alteration of Vessels (MARAV). Interested contractors must submit their proposals by January 5, 2026, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications by contacting Kazuo Takamura or Peter Arrieta via email.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Far East, is seeking proposals for the procurement of two 36-meter aerial platforms for use at NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, and meet specific mandatory characteristics, including a minimum platform loading capacity of 450 kg, compliance with JIS or ISO standards, and various safety and operational features. This procurement is critical for supporting operations at the U.S. Navy base in Yokosuka, ensuring that the necessary equipment is available for maintenance and operational tasks. Interested contractors must submit their bids by December 23, 2025, at 2:00 PM Japan Standard Time, and can direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    LCU-1651 DSRA 6B1 44pkg (svc)
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the LCU-1651 vessel, with a focus on a comprehensive scope of work involving forty-four Industrial Control Numbers (ICNs) and anticipated growth work. The procurement aims to address critical maintenance needs, including structural repairs, preservation tasks, and upgrades essential for the operational readiness of the vessel, which plays a vital role in naval operations. Interested contractors must possess a current Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) with the U.S. Navy, with the contract expected to be awarded by January 30, 2026. For further inquiries, contractors can contact Hiromi Kurita at hiromi.kurita.ln@us.navy.mil or Jason M. Rankin at jason.m.rankin6.civ@us.navy.mil.