MAINTENANCE FOR FIRE PROTECTION SYSTEMS, INTRUSION DETECTION SYSTEMS, AND VARIOUS ELECTRICAL AND COMMUNICATION SYSTEMS FOR U.S. NAVAL AIR FACILITY, ATSUGI, JAPAN
ID: N4008424R0053Type: Sources Sought
Overview

Buyer

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

NAICS

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

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)
Timeline
    Description

    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 involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with a base period of one year and seven optional one-year extensions, emphasizing the importance of maintaining operational readiness and safety at the facility. Offerors will be evaluated based on price and technical merit, including their experience, safety management systems, and past performance on similar contracts. Interested parties should direct inquiries to Amanda Jo or Ross Yamato, with proposals due by the specified deadlines outlined in the solicitation documents.

    Files
    Title
    Posted
    The document is a Question & Answer Form pertaining to a Request for Proposal (RFP) N40084-24-R-0053 for maintenance services of fire protection systems, intrusion detection systems, and various electrical and communication systems at the U.S. Naval Air Facility in Atsugi, Japan. It includes a structured format for potential offerors to submit questions regarding the RFP, along with a corresponding section for government responses. The purpose is to clarify the expectations and requirements outlined in the RFP, ensuring that bidders can provide accurate proposals that meet the government's needs. This process reflects standard practices in federal procurement, promoting transparency and effective communication between the government and contractors. The document is instrumental for clarifying project scope, requirements, and compliance, ultimately aiming to secure competitive bids for the specified services at the facility in Japan.
    The document outlines a detailed Request for Proposals (RFP) for facility investment and maintenance services under Contract N40084-25-X-XXXX. It consists of multiple line items split into recurring and non-recurring work periods, focusing on various funds associated with NAF Atsugi Station. The recurring work includes emergency, urgent, and routine service orders for several specific funds, all priced at ¥0, indicating placeholder pricing or a budget constraint. Each line item summarizes the expected quantity of work, unit pricing, and totals for management oversight. In addition, non-recurring work is characterized by custodial services with similar placeholder pricing and structure. Notably, the document emphasizes providing detailed cost breakdowns per system, building, and command, highlighting the need for transparency in budgeting and resource allocation. The inclusion of preventive maintenance programs further underscores the emphasis on upkeep and operational readiness across facilities. The RFP demonstrates the government's strategy to outsource service maintenance while ensuring compliance with established regulations through structured pricing models and strategic service lines. Ultimately, the document serves as a guide for contractors to submit proposals that align with the outlined specifications and requirements while maintaining financial accountability.
    The document outlines the Experience Project Data Sheet, which is used for government solicitations, particularly aimed at contractors providing detailed information about their qualifications and prior project experience. It requires the offeror to identify their role in the project—either as a prime contractor or joint venture member—and to detail pertinent information, including the entity's CAGE and SAM UEID numbers. Key sections include the contract number, project title, location, client contact details, award and completion dates, and financial details over the project's duration. The contractor must also classify the type of contract involved and provide a comprehensive description of the project, emphasizing its relevance to the current solicitation. Additionally, the document solicits specifics about the self-performed work by the entity and invites any other pertinent information. This structured format is crucial, as it ensures that entities involved in bidding for government contracts are transparent about their past experiences, capabilities, and the nature of their work, facilitating informed decision-making by the government in the procurement process.
    The document outlines the requirements for submitting a Safety Narrative as part of the RFP N4008422R0051 related to a federal contract. It emphasizes the need for the Offeror to describe their Safety Management System (SMS) implementation, focusing on key components such as management and employee involvement, hazard prevention and control, worksite analysis, and safety training, alongside the standards used for benchmarking. The Offeror must also detail the evaluation process for selecting subcontractors and explain how safety compliance will be overseen throughout the contract's execution, including their own employees and subcontractors. This narrative is essential for ensuring a cohesive approach to safety and health in contract performance, ultimately aiming to establish a robust safety culture and adherence to regulations within the project framework.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed for contractors to report their performance on federal contracts, useful for responding to Requests for Proposals (RFPs) and grants. Contractors must provide detailed information such as their firm name, contact details, work performed, contract specifics, and project relevance. Clients fill out sections assessing contractor performance across various criteria including quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety compliance, and general capabilities. Adjective ratings from Exceptional to Unsatisfactory allow clients to evaluate contractors methodically, influencing future procurement decisions. The completed questionnaire must be submitted by the client back to the contractor or directly to NAVFAC, with an emphasis on openness and the government’s right to verify information. This document underscores the importance of past performance in securing government contracts, promoting accountability and quality assurance in project execution.
    The solicitation N4008424R0053 requests proposals for maintenance services related to fire protection systems, intrusion detection systems, and various electrical and communication systems at Naval Air Facility (NAF) Atsugi. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract includes a base period of one year, with seven additional option years. The procurement adheres to FAR guidelines and prioritizes evaluating offerors based on price and technical merit, specifically concerning their experience, safety record, and past performance on similar contracts. Key details outline the mandatory submission of pricing forms, a performance work statement, and compliance with cybersecurity requirements. Additionally, contractors must demonstrate their capability to comply with Japanese laws, secure necessary insurance coverage, and follow paperless contracting protocols. Deadlines for proposal submissions, inquiries, and attendance at pre-proposal meetings are clearly specified, along with a structured evaluation process focused on the Lowest Price Technically Acceptable (LPTA) approach. This request exemplifies the government’s commitment to ensuring high-quality service delivery while promoting safety and compliance in contract implementation.
    Similar Opportunities
    S--Maintenance and Inspection of HVAC Systems, Hangar, Aboveground Storage Tanks and Underground Storage Tanks for the U.S. Naval Air Facility Atsugi, Japan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance and inspection services for HVAC systems, hangars, aboveground storage tanks, and underground storage tanks at the U.S. Naval Air Facility, Atsugi, Japan. The services include maintenance, inspection, and repair of HVAC systems, refrigeration, biocidal treatment devices, and other HVAC related equipment at various locations. Additionally, maintenance, inspection, and repair services for hangars at various locations, as well as inspection, testing, and certification for aboveground storage tanks (AST) and underground storage tanks (UST) at various locations are required. Contractors must be authorized to operate in Japan and comply with all laws and regulations. The award will be given to the lowest priced, technically acceptable offer. Interested offerors can access the solicitation on the Asia Navy Electronic Business Opportunities (AsiaNECO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.
    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.
    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 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 the efficient transport, cleaning, and maintenance of government-issued items, adhering to both contract specifications and Japanese laws. This initiative is crucial for maintaining operational efficiency and supporting military personnel and their families by ensuring that government housing is well-equipped and functional. 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, with the contract value ranging from JPY 100,000 to JPY 400,000,000 over a five-year period.
    Tension Fabric Structure (TFS) Hangar for NAF Atsugi, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking capable business firms to provide a Tension Fabric Structure (TFS) Hangar at Naval Air Facility (NAF) Atsugi, Japan. The project involves the demolition of an existing facility and the construction of a new TFS Hangar, which must meet specific structural and operational requirements, including compliance with federal regulations regarding fire safety and structural integrity. This initiative is crucial for enhancing the operational capabilities of military air facilities, ensuring that they can effectively support air operations. Interested firms must submit a Statement of Capability detailing their relevant experience by the extended deadline of October 21, 2024, at 1300 local Japan time. For further inquiries, contact Chito Bong Carabeo at chitobong.f.carabeo.civ@us.navy.mil or Daniel Reed at daniel.w.reed10.civ@us.navy.mil.
    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.
    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 seeking 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 the required licenses for waste disposal as mandated by Japanese authorities. This procurement is critical for maintaining operational efficiency and safety standards at the naval base, with the initial contract period anticipated from February 1, 2025, to January 31, 2026, and options for additional periods. Interested parties must submit their proposals by 10:30 AM on October 31, 2024, and can contact Sakiko Marterosario at sakiko.marterosario.ln@us.navy.mil or 046-816-9427 for further information.
    N--CASCON SYSTEM INSTALLATION, MAINTENANCE and REMOVAL
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking installation and maintenance services for a Casualty Control (CASCON) evacuation and alarm reporting system onboard a forward deployed vessel in Yokosuka, Japan. The system will be provided by the government and the contractor will be responsible for installation, maintenance, and removal. The solicitation will be posted on the NECO website on or about March 24, 2016, with proposals due by April 4, 2016. The contract will be awarded on a firm-fixed price basis in accordance with FAR parts 12 and 13.5. Interested parties should monitor the NECO website for updates. Email submission of proposals is acceptable.
    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. This contract will cover a five-year period and requires contractors to provide all necessary labor, supervision, and materials, with a minimum guarantee of 2,800,000 JPY for the first year. The 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.
    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 Command (NAVFAC) 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 focus on compliance with U.S. government regulations and safety standards. This project is significant for ensuring the operational integrity and safety of fuel support operations in the region. Proposals must be submitted in Japanese Yen, with an estimated funding range between ¥2,500,000 and ¥10,000,000, and are due by 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.