Custodial and Grounds Service for Naval Commands Misawa and FLCY Hachinohe, Japan
ID: N4008425Q7003Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Far East (NAVFAC FE), is seeking proposals for custodial and grounds services at Naval Commands Misawa and FLCY Hachinohe, Japan, under Solicitation No. N4008425Q7003. The contract will be structured as an indefinite-delivery, indefinite-quantity (IDIQ) agreement, consisting of one base year and four optional one-year extensions, with a potential six-month service extension. This procurement is critical for maintaining operational readiness and cleanliness at military installations, ensuring compliance with Japanese laws and regulations, and enhancing the quality of life for personnel stationed there. Interested contractors must submit their proposals by November 20, 2024, and are encouraged to attend a pre-proposal site visit on November 8, 2024, for further insights into the requirements. For additional information, potential offerors can contact Daisuke Ishikawa at daisuke.ishikawa.ln@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) N4008425Q7003 for custodial and grounds services at Naval Commands in Misawa and FLCY Hachinohe, Japan. It includes detailed pricing for both recurring and non-recurring work over multiple options (base period and three option periods). Each section specifies the services required, including custodial duties, grounds maintenance, and snow removal, with corresponding line item numbers and terms for execution. The recurring work entails ongoing tasks such as space cleaning, restroom services, and lawn maintenance, while non-recurring jobs include specialized cleaning methods like carpet deep cleaning or floor stripping. Key pricing includes explicit instructions to negotiate labor and material costs through a prescribed process. The document emphasizes adherence to proper standards and practices in service delivery, specifying that all contract terms must be met throughout the project's duration. Overall, it serves as a formal proposal framework for contractors responding to government procurement needs in facility management services.
    The NAVFAC FAR EAST document outlines the Site Visit Log for Solicitation Number N4008425Q7003, which pertains to custodial and grounds services for the Naval Commands in Misawa and FLCY Hachinohe, Japan. The document is structured to gather essential contractor information, including company name, address, and a list of employees authorized to participate in site visits. Each employee's name, identification number, and a copy of their identification—either a base pass or driver's license—are required for compliance with security protocols. This information captures the essential administrative steps contractors must complete to engage in the contracting process. The document underscores the importance of operations within Navy facilities and highlights regulations regarding personnel identification, which is crucial for safeguarding military installations. The overall purpose is to ensure proper vetting and identification of contractor personnel involved in the solicitation process.
    The document N4008425Q7003 serves as a Question and Answer form related to the Request for Proposal (RFP) for custodial and grounds services at naval commands in Misawa and FLCY Hachinohe, Japan. It is constructed to address inquiries from potential offerors about the specifics of the RFP, including relevant sections from specifications or drawings. The form is structured to allow for 10 questions, with spaces for answers that clarifies the offerings required under the RFP. The primary purpose is to ensure that all prospective bidders have the necessary information to accurately prepare their proposals, helping to facilitate a transparent bidding process. This document aligns with federal standards for RFP processes, aiming to promote understanding and compliance among offerors regarding the services sought by the government. Overall, the Q&A form highlights the commitment to clarity in federal procurement procedures.
    The document outlines the Request for Quotation (RFQ) No. N4008425Q7003 for custodial and grounds services at Naval Commands in Misawa and FLCY Hachinohe, Japan. It requires interested offerors to detail their experience through a structured Experience Project Data Sheet. Key sections include firm identification, role (prime contractor or subcontractor), contract specifics such as award date and completion date, work type (new construction, renovation, etc.), and financial details (award amount and final price). The RFQ emphasizes the need for a comprehensive project description relating to the current requirements and highlights the significance of detailing self-performed work. The document’s structured format ensures that the selection process evaluates qualified bidders effectively based on their prior experience relevant to the custodial and grounds service needs of the military installations. This aims to enhance operational efficiency and compliance with federal contracting standards in support of government facilities.
    The document outlines the requirements and procedures for submitting proposals related to custodial and grounds services for Naval Commands Misawa and FLCY Hachinohe in Japan under RFQ No. N4008425Q7003. It emphasizes the use of a Past Performance Questionnaire (PPQ) and the importance of submitting a completed Contractor Performance Assessment Reporting System (CPARS) evaluation if available. Proposals must include relevant client information and the contractor's past performance details, focusing on the client's role and feedback. The document also includes guidance on how to evaluate contractor performance, outlining various rating criteria (Exceptional to Unsatisfactory) across several categories, such as quality, schedule compliance, customer satisfaction, management effectiveness, and cost management. The goal is to rigorously assess contractor capabilities to ensure that the selected service provider meets contractual expectations and delivers satisfactorily for governmental operations.
    The Form W-14, issued by the Department of the Treasury Internal Revenue Service, serves as a Certificate of Foreign Contracting Party Receiving Federal Procurement Payments. This document must be submitted to the acquiring agency, not the IRS, and is essential for foreign entities engaged in contracts with U.S. agencies to claim tax exemptions under specific international agreements or procurement arrangements. The form gathers crucial information including the foreign contracting party’s identity, country of incorporation, addresses, tax identification numbers, contract details, and the acquiring agency's information. It encompasses sections for declaring exemptions based on international agreements and for specifying contract price allocations between exempt and nonexempt amounts. The certificate requires a declaration under penalties of perjury to confirm the accuracy of the information provided and ensures compliance with tax obligations under section 5000C. The use of Form W-14 is critical in the context of federal RFPs and grants, facilitating international contracting while adhering to U.S. tax regulations. It aligns with transparency and compliance mandates aimed at ensuring appropriate taxation of foreign contractors involved in federal procurement.
    The document outlines the Representations and Certifications associated with RFQ No. N4008425Q7003, primarily focusing on ensuring compliance with various federal regulations regarding telecommunications equipment and services. Central provisions include the prohibition on procuring equipment linked to certain telecommunications entities as outlined in the John S. McCain National Defense Authorization Act of 2019. The Offeror must declare whether they provide or utilize covered telecommunications equipment, detailing the relevant entities and products. Definitions of terms related to telecommunication equipment and certifications mandated by the Federal Acquisition Regulation (FAR) are also included. Furthermore, the document details the necessity for disclosures regarding forced labor practices, particularly concerning materials from the Xinjiang Uyghur Autonomous Region, and the offeror's obligation to report greenhouse gas emissions if applicable. By clarifying these requirements, the document aims to promote transparency and ethical practices in government contracting, aligning with federal compliance objectives.
    The NAVFAC FAR EAST Public Works Department (PWD) Misawa is issuing a Request for Quotation (RFQ) No. N4008425Q7003 for custodial and grounds services for Navy commands in Misawa and Hachinohe, Japan. The RFQ invites commercial service offers due by 20 November 2024, emphasizing compliance with Japanese operational laws. Interested offerors must possess a valid Japanese business license and have a local bank account to receive payments. The contract will consist of a base period from April 1, 2025, to March 31, 2026, with four optional one-year extensions. The contracting process seeks vendors with relevant experience in custodial services, safety measures, and past performance. The evaluation criteria focus on experience, safety records, and past performance documentation. Offerors are encouraged to attend a pre-proposal conference and site visit scheduled for November 8, 2024, to gain insights into contract requirements. The submission must include specific documentation, pricing in Japanese Yen, and adherence to the outlined disaster response and safety practices. This RFQ underscores the U.S. government's qualifications and standards for business operations within Japan, aiming for a comprehensive service contract that meets military needs while ensuring regulatory compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DELIVERY, RENTAL AND OPERATOR SERVICES FOR BASE SUPPORT VEHICLES AND EQUIPMENT (BSVE) IN THE U.S. COMMANDER FLEET ACTIVITIES YOKOSUKA (CFAY), JAPAN BY 100% NON-RECURRING WORK ITEMS CONTRACT (U.S.NAVAL INSTALLATIONS IN KANTO PLAIN).
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Far East (NAVFAC FE), is soliciting bids for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Delivery, Rental, and Operator Services for Base Support Vehicles and Equipment (BSVE) at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. This contract will cover a five-year period and requires contractors to provide all necessary labor, supervision, and materials to support military operations in the Kanto Plain area, emphasizing compliance with safety and environmental regulations. The procurement is crucial for maintaining operational efficiency and logistics support for U.S. Naval installations, with a minimum guarantee of 2,800,000 JPY for the first year. Interested contractors must submit their proposals by October 25, 2024, and can direct inquiries to Ryouhei Shindo at Ryouhei.Shindo.LN@us.navy.mil or by phone at 315-243-7513.
    Solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Government Installations in the Okinawa Region, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Government installations in the Okinawa Region, Japan. The contract will require contractors to provide all necessary labor, materials, and equipment for various construction projects, including office renovations, building demolitions, and infrastructure repairs, with an anticipated total value not exceeding $1 billion over a five-year base period plus a three-year option period. This procurement is critical for maintaining and improving U.S. Government facilities in the region, and interested vendors must comply with Japanese laws and possess the necessary construction licenses. Proposals for Phase One are due soon, and interested parties can contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil for further details.
    PREVENTIVE MAINTENANCE, REPAIR, CLEANING, AND DISPOSAL SERVICES FOR EXHAUST HOODS AND DUCTS, HOOD WASHING SYSTEMS, GREASE TRAPS, AND OIL WATER SEPARATOR AT VARIOUS LOCATIONS AT U.S. COMMANDER FLEET ACTIVITIES YOKOSUKA (CFAY), JAPAN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting proposals for preventive maintenance, repair, cleaning, and disposal services for exhaust hoods and ducts, grease traps, and oil-water separators at various locations within the U.S. Commander Fleet Activities Yokosuka (CFAY), Japan. The contractor will be responsible for providing all necessary labor, materials, and management to ensure these systems are fully functional and compliant with local regulations, including obtaining valid licenses for waste disposal as mandated by Japanese authorities. This procurement is critical for maintaining operational efficiency and safety standards at the naval base, reflecting the government's commitment to facility upkeep. Proposals are due by 10:30 AM on October 31, 2024, and interested parties can contact Sakiko Marterosario at sakiko.marterosario.ln@us.navy.mil or by phone at 046-816-9427 for further information.
    Proposal Response and CCD Date Change
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking contractors for a Small Magnitude Size Design-Bid-Build (DBB) Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various construction projects in the Kanto Plains Operational Area, Japan. The selected contractors will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment to perform a range of construction activities, including renovations, demolitions, and repairs at U.S. Government installations. This procurement is significant as it encompasses various general building projects, with an aggregate value of task orders not exceeding $49 million over a five-year period, and includes a seed project for replacing actuator units at US Fleet Activities Yokosuka, Japan, valued between $250,000 and $500,000. Interested parties can contact Brian Grant at brian.d.grant12.civ@us.navy.mil or John Mack at john.e.mack5.civ@us.navy.mil for further details, with task orders anticipated to range from $3,000 to $25 million.
    N40084 MAINTENANCE AND CONTROL OF WATER QUALITY FOR TRAINING POOLS AND OTHER WATER FACILITY AT THE U.S. NAVAL AIR FACILITY, ATSUGI, JAPAN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the maintenance and control of water quality for training pools and other water facilities at the U.S. Naval Air Facility in Atsugi, Japan. The contract encompasses all labor, management, supervision, tools, materials, and equipment necessary for the maintenance, repair, and alteration of swimming pool water treatment systems, with a focus on both recurring and non-recurring services. This procurement is critical for ensuring the safety and operational readiness of military training environments, emphasizing compliance with Japanese laws and U.S. Government regulations. Interested contractors should contact Midori Otomo at midori.otomo.ln@us.navy.mil or Chito Bong Carabeo at chitobong.f.carabeo.civ@us.navy.mil for further details, with proposals due following the scheduled site visit on October 17, 2024.
    Maintenance For Fire Protection Systems, Intrusion Detection Systems, And Various Electrical And Communication Systems at Naval Air Facility (NAF) Atsugi
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for maintenance services related to fire protection systems, intrusion detection systems, and various electrical and communication systems at Naval Air Facility (NAF) Atsugi in Japan. The procurement aims to establish a Fixed Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, which includes a base period of one year and seven additional option years, focusing on ensuring operational readiness and compliance with safety standards. This contract is critical for maintaining the integrity and functionality of essential safety and communication systems at the facility. Proposals are due by October 30, 2024, with inquiries accepted until October 15, 2024. Interested contractors can contact Amanda Jo at amanda.jo.civ@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil for further information.
    INSTALL GROUNDING PLATES AT PUMP STATIONS 1, 2 AND 3, Defense Fuel Support Point (DFSP) HACHINOHE, JAPAN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for the installation of grounding plates at Pump Stations 1, 2, and 3 located at the Defense Fuel Support Point (DFSP) in Hachinohe, Japan. Contractors are required to provide all necessary labor, materials, equipment, and supervision in accordance with the Statement of Work and NAVFAC drawings, with a performance timeline set at 150 days. This project is critical for ensuring the operational safety and reliability of fuel support infrastructure, emphasizing the importance of compliance with U.S. government regulations. Proposals must be submitted in Japanese Yen, with an estimated funding range between ¥2,500,000 and ¥10,000,000, by the deadline of October 24, 2024, at 11:00 AM JST. Interested parties should contact Daisuke Ishikawa at daisuke.ishikawa.ln@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.
    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.
    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.