OPERATION AND MAINTENANCE SERVICES FOR SWIMMING POOL WATER TREATMENT SYSTEMS AT U.S. FLEET ACTIVITIES, SASEBO, 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 Department of the Navy, is soliciting proposals for operation and maintenance services for swimming pool water treatment systems at U.S. Fleet Activities in Sasebo, Japan. The contractor will be responsible for performing maintenance, repair, and alterations to ensure the functionality of the swimming pool water treatment systems across multiple facilities, including the Main Base Indoor Training Pool and Recreation Pools. This contract is critical for maintaining safe and operational recreational facilities for military personnel and their families, emphasizing compliance with federal regulations and performance standards. Interested contractors should contact Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or call 01181956502394 for further details, with proposals due in accordance with the solicitation timeline outlined in the Request for Proposal (RFP).

    Point(s) of Contact
    Files
    Title
    Posted
    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
    Maintenance Dredging Phase -3, Maebata and Hario Shima at Commander Fleet Activities, Sasebo (CFAS), Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting bids for the Maintenance Dredging Phase -3 project at Commander Fleet Activities, Sasebo (CFAS), Japan. This project involves conducting survey and dredging works to ensure safe navigation for Naval Ships and Tankers at designated wharves and piers, including the transportation and treatment of excavated sediment materials. The work is critical for maintaining operational readiness and safety in naval operations, and it encompasses incidental related tasks as outlined in the project specifications. Interested contractors can reach out to Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or by phone at 011-81-956-50-2394 for further details regarding the solicitation.
    F--Water Purification Services
    Buyer not available
    The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, is seeking Water Purification Services. These services are typically used for purifying water to make it safe for consumption or other purposes. The procurement notice is a Combined Synopsis/Solicitation and falls under the category of NATURAL RESOURCES MANAGEMENT. The primary contact for this procurement is Tomoko Tanishima, who can be reached at 81-46-243-6908. The solicitation is non-mandatory and is intended for sources authorized to do business in Japan. For more details, please refer to the attached document.
    PM Program and Work Orders for the Pump Test Bench Systems at Bldg. YSK-A47
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking qualified contractors to provide preventive maintenance (PM) and work orders for the Pump Test Bench Systems located at Building YSK-A47 in Japan. The procurement aims to ensure the efficient operation of these systems through regular maintenance, repairs, and inspections, thereby minimizing potential breakdowns. This opportunity is critical for maintaining the operational readiness of testing and measurement facilities, which play a vital role in defense operations. Interested firms must submit a Statement of Interest Questionnaire by February 24, 2025, and should note that there will be no reimbursement for costs incurred in response to this announcement. For further inquiries, contractors can contact Satomi Abe at satomi.abe2.ln@us.navy.mil or John Mack at john.e.mack5.civ@us.navy.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
    Buyer not available
    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.
    Buyer not available
    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.
    Water Testing & Treatment Service
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    25R10 Sasebo Hazardous Waste Removal and Disposal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking contractors for the removal and disposal of hazardous waste at military installations in Sasebo, Japan. The procurement involves comprehensive services including the transportation, recycling, and disposal of various hazardous materials, adhering to both U.S. and Japanese environmental regulations. This initiative is critical for ensuring safe waste management practices and compliance with health and safety standards, reflecting the government's commitment to environmental stewardship. Interested contractors can reach out to Denna Crandall at Denna.Crandall@dla.mil or call 269-961-5540 for further details, with proposals due within the specified timeframe outlined in the solicitation documents.
    PROVIDE PM PROGRAM SERVICES FOR VARIOUS KITCHEN EQUIPMENT AND SYSTEMS
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking qualified contractors to provide Preventive Maintenance (PM) Program Services for kitchen equipment at U.S. Naval installations in Kanto Plain, Japan. The objective is to develop and implement a comprehensive PM program aimed at reducing equipment breakdowns, ensuring that all maintenance, repair, and inspection services are performed by personnel holding the necessary licenses and certifications in compliance with local laws. This opportunity is crucial for maintaining safe and efficient kitchen operations within military facilities. Interested firms must submit a Statement of Interest Questionnaire by February 24, 2025, and can contact Satomi Abe at satomi.abe2.ln@us.navy.mil or Tanya Santos at tanya-marie.t.santos.civ@us.navy.mil for further information.
    USS SHOUP (DDG-86) 5J1 SIA (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 SHOUP (DDG-86) at the Yokosuka Naval Base in Japan. The contractor will be responsible for executing all work requirements as outlined in the Task Group Instructions (TGIs), which include replacing deck coverings and nonskid systems, ensuring compliance with military standards and specifications. This procurement is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to high-quality ship repair services. Interested contractors must submit their proposals by March 5, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura at Kazuo.Takamura.ln@us.navy.mil for further information.
    Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at U.S. MCAS Iwakuni, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at the U.S. Marine Corps Air Station in Iwakuni, Japan. The procurement aims to secure a contractor capable of providing both recurring and non-recurring maintenance tasks for the indoor ranges, ensuring compliance with federal standards and operational integrity. This contract is critical for maintaining the safety and functionality of military training facilities, with a base period from April 2025 to March 2026 and options extending through March 2030. Proposals are due by 11:00 AM on March 10, 2025, and interested contractors should contact Janofsky Herrion at janofsky.herrion@usmc.mil or Martin Hansen at martin.hansen@usmc.mil for further inquiries.