ANNUAL INSPECTION OF HOISTS AND HYDRAULIC LIFTS FOR YOKOTA AB AND TAMA ANNEX
ID: FA520924Q0089Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

INSPECTION- MAINTENANCE AND REPAIR SHOP EQUIPMENT (H349)
Timeline
    Description

    The Department of Defense, specifically the 374th Contracting Squadron, is seeking qualified contractors for the annual inspection of hoists and hydraulic lifts at Yokota Air Base and Tama Annex in Japan. The contractor will be responsible for providing all necessary supervision, equipment, and materials to conduct inspections in compliance with Japanese Environmental Governing Standards and local regulations, ensuring the safety and operational integrity of the equipment. This contract is crucial for maintaining the functionality of lifting equipment at military installations and is anticipated to span a twelve-month base period with four optional years, totaling five years. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to participate in a mandatory site visit on September 26, 2024, with inquiries directed to Junko Maeda at junko.maeda.jp@us.af.mil or Stephanie M. Torres at stephanie.torres.11@us.af.mil.

    Files
    Title
    Posted
    The memorandum from the 374th Airlift Wing outlines the essential policies and procedures for businesses interested in contracting with the U.S. Government. It emphasizes the importance of ensuring full and free competition in procurement processes and explicitly prohibits any form of collusion among vendors, labeling it a violation of purchasing policies. Firms displaying behaviors that limit competition are subject to rejection from current and future solicitations. Additionally, the memorandum stresses the obligation of U.S. government personnel to uphold high ethical standards in dealings with contractors, prohibiting any form of gratuity or gifts aimed at influencing contract awards or favorable treatment. All contractors are advised to report any irregularities they might encounter when dealing with government representatives. This guidance aims to foster transparency and integrity in government contracting and procurement practices.
    The memorandum from the 374th Airlift Wing of the Department of the Air Force outlines the solicitation FA520924Q0089 for the annual inspection of hoists and hydraulic lifts at Yokota Air Base and Tama Annex in Japan. Key points include contact information for the Contract Specialist and Contracting Officer for inquiries, information on clauses incorporated by reference, and details of a mandatory site visit scheduled for September 26, 2024. Offerors are encouraged to inspect the sites and must submit participant lists by September 24. For entry to U.S. installations, valid photo identification is necessary, and details regarding questions raised during the site visit, as well as registration requirements for the System for Award Management (SAM) are provided. Additionally, offerors using Japanese bank accounts should consider transaction fees incurred from electronic funds transfers. This memorandum is critical for potential contractors seeking to understand requirements and facilitate their proposals for the upcoming contract.
    The document outlines a solicitation for the annual inspection of hoists and hydraulic lifts at Yokota Air Base and Tama Annex. The request for quotes (RFQ), identified as FA520924Q0089, is targeted toward women-owned small businesses (WOSB) and includes various logistical details such as the requisition number, quote submission date, and the points of contact for inquiries. The contract spans from January 15, 2025, to January 14, 2026, with follow-on option years available. The major components of the contract include inspections of hoists and lifts, with clear product service codes and fixed price arrangements specified. Further details are provided on inspection locations and acceptance criteria, governed by the Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR) clauses, ensuring compliance with Department of Defense procurement policies. Additionally, the document mentions that funds are not currently available for this effort and outlines the government’s rights regarding potential cancellations of the solicitation. This solicitation reflects the government’s commitment to engaging with small business concerns while ensuring adherence to operational safety and regulatory compliance at military installations.
    The Performance Work Statement (PWS) outlines the requirements for the annual inspection of hoists and hydraulic lifts at Yokota Air Base and Tama Annex in Japan. The contractor is responsible for providing all necessary personnel and resources to adhere to Japanese Environmental Governing Standards, local laws, and safety regulations including Japanese Industrial Standards (JIS) and OSHA guidelines. Their tasks include conducting annual inspections, affixing test data, performing minor maintenance repairs costing up to ¥5,000, and reporting findings in both English and Japanese. Repairs exceeding this amount fall under Level II work, necessitating additional estimates and government approval. The contractor's performance will be monitored by a Government Representative (GR), ensuring compliance with the presented work schedule. The work is scheduled to occur Monday to Saturday, excluding U.S. legal holidays. Moreover, personnel requirements mandate a designated contract manager who can communicate in English and oversee compliance. The contractor must also ensure that all employees adhere to safety and identity standards while on the installation. Liability for damages caused during the service falls solely on the contractor. The document concludes with equipment specifications and a checklist for inspections.
    The document outlines the requirements for offerors to provide a Past Performance Reference List as part of the solicitation FA520924Q0089. It specifies that offerors must detail three relevant contracts performed within the last three years, focusing on those that have similar scope, size, and complexity to the proposed efforts. Each listed contract must include comprehensive information such as the company name, product or service rendered, contracting agency, contract number, dollar value, period of performance, and verified contact details for the contracting officer. Additionally, it requires comments on compliance with contract terms and any performance issues encountered, as well as a rationale demonstrating the relevance and complexity of each contract in relation to the proposed effort. This structured approach aims to assess the offeror's ability and reliability in servicing similar governmental projects, contributing to the decision-making process in government contracting.
    This document outlines a contract for inspection services of hoists and lifts at Yokota Air Base and Tama Annex. The contract is divided into different contract line item numbers (CLINs) specified for the initial year, along with option years for future service extensions. Each CLIN corresponds to specific inspection tasks: inspecting hoists and lifts at both locations and performing Level II work, all required once per year for a total quantity of one job per CLIN. The submission includes a price schedule indicating that the total amount pertains to the inspections of hoists and hydraulic vehicle lifts over several years. This contract aims to ensure the safety and operational integrity of hoisting and lifting equipment at military facilities, adhering to federal standards for maintenance and inspection throughout the duration of the agreement. The structure provides a systematic approach for evaluating contractor responsibilities and establishing a schedule for inspections, consistent with government procurement processes.
    Lifecycle
    Similar Opportunities
    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, and materials to ensure the maintenance and operational reliability of Sidetrack No. 328, including tasks such as repairs, cleaning, weeding, and emergency repairs, in compliance with Japan Freight Railway Company regulations. This contract is crucial for maintaining the infrastructure necessary for military operations, with a performance period from October 1, 2024, to September 30, 2025. Interested contractors must submit their offers in yen and are encouraged to attend a pre-proposal site visit on September 9, 2024, while ensuring their registration in the System for Award Management (SAM). 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.
    FY25 Sidetrack Inspection and Electrical System Maintenance at U.S. Government sidetrack No. 328, Yokota Air Base
    Active
    Dept Of Defense
    The Department of Defense is soliciting proposals for the FY25 Sidetrack Inspection and Electrical System Maintenance at U.S. Government Sidetrack No. 328, located at Yokota Air Base in Japan. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to conduct comprehensive inspections and maintain the electrical systems, ensuring compliance with Japan Freight Railway Company regulations. This contract is crucial for maintaining operational integrity and safety of the rail transportation systems at the base, with a performance period from October 1, 2024, to September 30, 2025. Interested contractors must be licensed to operate in Japan and are encouraged to contact Go Ishikawa at go.ishikawa.jp@us.af.mil or Takahiro Tsukada at takahiro.tsukada.jp@us.af.mil for further details regarding the solicitation and requirements.
    Spyder Crane / Mini Crawler
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide two Spyder/Mini Crawler Cranes, with the procurement managed by the 374th Contracting Squadron. The contractor will be responsible for all necessary personnel, management, tools, and transportation for the purchase and delivery of the cranes to Yokota Air Base, Japan, along with required training and certification for personnel on operation and maintenance. This procurement is critical for ensuring equipment readiness and personnel safety in operational settings, emphasizing the importance of advanced safety features and operational training. Interested parties should note that funds are not currently available for this effort, and no quotes will be accepted until the solicitation is officially released; for inquiries, contact Dimitri Pfeifer at dimitri.pfeifer@us.af.mil or 315-225-4138.
    Z--Inspection, Maintenance, Repair, and Testing Services for Vertical Transportation Equipment (VTE) at U.S. Marine Corps Air Station Iwakuni, Japan
    Active
    Dept Of Defense
    Presolicitation notice: DEPT OF DEFENSE is seeking Inspection, Maintenance, Repair, and Testing Services for Vertical Transportation Equipment (VTE) at U.S. Marine Corps Air Station Iwakuni, Japan. This service is typically used for ensuring the proper functioning and safety of vertical transportation equipment such as elevators and escalators. The anticipated contract type is a fixed price, performance-based, Indefinite Delivery / Indefinite Quantity (IDIQ) Contract comprised of Recurring and Non-Recurring Work Items. The contract period will be for a Basic Period of 12 months and four (4) one-year Option Periods with a planned start date of 01 OCT 2017. Local sources in Japan are eligible to submit proposals, and offerors must be registered in the System for Award Management (SAM) database to be eligible for award. The planned solicitation issuing date is on or about 29 JUN 2017, and interested contractors can access the solicitation from the Asia Navy Electronic Commerce Online (AsiaNECO) website. Interested firms are requested to provide capability statements including company information and contact details. This notice does not constitute a commitment by the Government, and the point of contact for this notice is Ms. Youko Abe, Contract Specialist, at telephone 0827-79-4501, email: youko.abe.ja@usmc.mil, or Ms. Soledad Credo, Contracting Officer at telephone 046-816-7076, email: soledad.credo@fe.navy.mil.
    Purchase and Installation of Hoists
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the purchase and installation of two 5-ton electrical hoists at Joint Base San Antonio - Randolph. The project requires the contractor to inspect and certify the existing hoist rail system to ensure it can support the new hoists, with work to be conducted during normal business hours while the hangar remains occupied. This procurement is crucial for maintaining operational efficiency and safety in maintenance operations within the hangar. Interested vendors must submit their quotes electronically by September 23, 2024, and are required to register with the System for Award Management (SAM) to be eligible. For further inquiries, potential bidders can contact Kailah Kraus at kailah.kraus@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil.
    Firm Fixed Price (FFP), Preventive Maintenance Program and Service Orders for Vertical Transportation Equipment (VTE) Systems in the U.S. Commander Fleet Activities Yokosuka (CFAY), Kanto Plain Area Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking qualified contractors for a Firm Fixed Price contract focused on the Preventive Maintenance Program and Service Orders for Vertical Transportation Equipment (VTE) Systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The primary objective is to identify experienced firms capable of providing maintenance, inspections, and certifications for VTE systems, including elevators and moving stairways, from April 2025 to March 2032. This procurement is crucial for ensuring the operational reliability and safety of vertical transportation systems within the CFAY base and its outlying areas. Interested parties must submit their qualifications and relevant information by October 1, 2024, to Ms. Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil, as this notice serves solely for market research and does not constitute a request for proposals.
    Movement and Maintenance of Government Furniture and Appliances at Naval Air Facility (NAF) Atsugi
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract focused on 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 government-issued items, while adhering to applicable Japanese laws and regulations. This initiative is crucial for maintaining operational efficiency and supporting military personnel and their families, with a contract value ranging from JPY 100,000 to JPY 400,000,000 over five ordering periods from 2025 to 2029. Interested contractors must submit their proposals by October 7, 2024, and can direct inquiries to Kenji Urasaki at kenji.urasaki.jp@us.af.mil or Ken Sato at ken.sato.jp@us.af.mil.
    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 seeking 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. The contract will cover a five-year period and requires the contractor to provide all necessary labor, supervision, and materials, with a minimum guarantee of 2,800,000 JPY for the first year. These services are critical for maintaining operational efficiency and logistics support for U.S. Naval operations in the Kanto Plain area. Interested contractors must submit their proposals by October 18, 2024, and can direct inquiries to Ryouhei Shindo at Ryouhei.Shindo.LN@us.navy.mil or by phone at 315-243-7513.
    Multiple Award Task Order Contracts (MATOC) Sustainment, Restoration, and Modernization (SRM) Requirements, Okinawa Japan
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is seeking contractors for Multiple Award Task Order Contracts (MATOC) focused on Sustainment, Restoration, and Modernization (SRM) requirements in Okinawa, Japan. The procurement aims to establish indefinite-delivery/indefinite-quantity contracts for a variety of construction tasks, including renovation, maintenance, and repair of U.S. government facilities, with a total program value not to exceed $245 million over a five-year period. This initiative is critical for maintaining and modernizing infrastructure to support military operations in the region. Interested contractors must be licensed to operate in Japan and are encouraged to contact Valeria Fisher at valeria.fisher@usace.army.mil or Jack Letscher at jack.t.letscher@usace.army.mil for further details, with the solicitation expected to be issued between September and October 2024.
    Hush House Inspection Service for Misawa AB, Japan
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking inspection services for the Hush Houses located at Misawa Air Base, Japan. The procurement aims to conduct a comprehensive inspection and diagnosis of the Hush Houses to identify existing issues, with a focus on structural integrity, piping systems, electrical functionality, and overall facility operations. This initiative is crucial for maintaining the operational capabilities and safety of the facilities, as the Hush Houses at Misawa AB differ from standard models used at other Air Force Bases. Interested contractors must submit their proposals by September 23, 2024, with a performance period of 14 days following the notice to proceed. For further inquiries, potential bidders can contact Hunter Closs at hunter.closs.2@us.af.mil or Elijah Braly at elijah.braly@us.af.mil.