Sources Sought - Iwakuni 3
ID: N40084IWAKUNI_ENVRMNTLType: Sources Sought
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)
Timeline
    Description

    The U.S. Department of Defense, specifically the Department of the Navy, is seeking information from businesses capable of providing diverse facility management services at the Marine Corps Air Station (MCAS) in Iwakuni, Japan. The goal is to understand the market's ability to deliver specialized administrative, management, and environmental services. This sources sought notice is for market research only, with submissions due by 12 August 2024, aimed at shaping the forthcoming request for proposals (RFP).

    The Navy seeks efficient facility investment services for MCAS Iwakuni, encompassing a wide range of tasks. These include command support, environmental management, and administrative services, with a focus on performance and compliance. Businesses must demonstrate capacity and experience for diverse facility support, providing detailed project descriptions and contact information.

    Facility management and support services are crucial for ensuring the efficient operation of military installations, contributing to mission readiness. The contract, expected to be firm-fixed-price, seeks cost-effective solutions with a substantial estimated value.

    For more information, interested parties can review the Enclosure (1) General Information and Enclosure (2) Statement of Capability Questionnaire documents, which outline the work annexes and submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The primary objective of this procurement is to obtain comprehensive facility management services for the U.S. Marine Corps Air Station (MCAS) Iwakuni, Japan. The contractor will be responsible for providing all necessary resources, including labor, materials, and equipment, to deliver a wide range of services. These services are outlined in various annexes, spanning areas such as command and staff support, public safety, health care, and facility support. The focus is on performance-based outcomes, with measurable standards, and the contractor is expected to exercise discretion and expertise in achieving the specified objectives. The scope of work involves both recurring and non-recurring tasks, encompassing various aspects of base operations. The contractor will be required to manage and administer the services effectively, utilizing the provided performance work statement (PWS) and adhering to the specified performance objectives and standards. The work locations include MCAS Iwakuni and outlying areas. The government reserves the right to add additional services or locations within the contract's scope, offering flexibility to adapt to changing needs. Contractors are expected to thoroughly review all information provided and conduct their own site inspections to understand the work conditions. The contract encourages innovative solutions, and the contractor will bear responsibility for meeting the performance goals. Important dates and evaluation criteria are not explicitly mentioned in the provided information, and contract details are limited. However, the text indicates a performance-based approach, focusing on the quality of services delivered rather than pricing specifics.
    The primary objective of this procurement is to acquire comprehensive management and administration services for the U.S. government, specifically the Naval Facilities Engineering Systems Command (NAVFAC). These services are essential for facilitating efficient operations and maintaining government facilities. The successful vendor will be responsible for providing a wide range of managerial and administrative support. This includes work schedule management, ensuring contractor compliance with government directives, and coordinating meetings. They must also implement a robust quality management system and establish procedures for safeguarding information, with a focus on protecting controlled unclassified data. Key personnel, such as a project manager, quality manager, and site safety and health officer, will be required on-site during working hours. The contractor must supply experienced and qualified staff, adhering to strict security and access requirements when entering government installations. Contractor-furnished items and equipment are expected to comply with energy efficiency standards, and the use of asbestos or lead-containing materials is prohibited. The contractor is also responsible for maintaining government-furnished items and utilities, ensuring they are returned in good condition. Invoices and deliverables must be submitted according to specified formats and timelines, with a requirement to establish a secure website for government access to all deliverables. The contract is expected to run for a significant duration, with the government's fiscal year outlined as a key date in the process. Evaluation criteria will likely emphasize the contractor's ability to meet performance objectives, quality standards, and security requirements.
    The primary objective of this procurement is to obtain environmental services for the Marine Corps Air Station Iwakuni, Japan. These services include oil and hazardous substance spill response, cleanup, and disposal, as well as environmental sampling and laboratory analysis. The focus is on ensuring regulatory compliance and prompt response to spills and environmental incidents. The contract requires the usage of certified laboratories for analysis and mandates that personnel possess the necessary training and expertise. The contractor must develop a detailed Sampling and Analysis Plan for approval and adherence. They are tasked with containing and cleaning up spills swiftly, within specified time frames, and providing documentation. Non-recurring work, ordered as needed, involves waste sampling and laboratory services to aid in the proper classification and disposal of hazardous waste. This work is focused on ensuring compliance with environmental regulations and providing accurate laboratory analysis, particularly for unexpected events requiring immediate attention. Key contract details mention liability limits and the use of DoD FedMall for ordering non-recurring work. The evaluation of proposals will likely emphasize past performance, technical expertise, and cost-effectiveness. Important dates include the submission deadline for proposals and the expected contract commencement date, with the entire project to be completed within a year.
    The Navy's Naval Facilities Command (NAVFAC) seeks responses from companies capable of providing a comprehensive range of base operation and support services (BOSC) at the U.S. Marine Corps Air Station in Iwakuni, Japan. The focus is on various administrative, management, and environmental services, with the goal of understanding the market's ability to deliver these specialized supports. Companies are asked to identify their capabilities, experience, and relevant current/past contracts. Of particular interest are details on contracts similar in scope and complexity, along with feedback on the draft Performance Work Statement (PWS). Respondents have the opportunity to influence the shaping of the forthcoming RFP. The Navy emphasizes the protection of proprietary information and encourages timely submissions.
    File 1: "RFP for IT Infrastructure Upgrade" This file seeks proposals for upgrading the government agency's IT infrastructure. The primary objective is to enhance network connectivity and improve data center operations through the procurement and installation of advanced networking equipment and servers. The agency requires high-performance switches, routers, and wireless access points for reliable network connectivity across its various locations. Additionally, state-of-the-art servers and storage systems are needed to expand data center capacity and improve efficiency. Vendors must provide detailed specifications and performance guarantees for these components. Successful bidders will be responsible for supplying, installing, and configuring the requested IT equipment. They should also offer post-installation support and user training. The agency emphasizes a seamless transition during the upgrade process. The contract is valued at a substantial amount, expected to be a firm-fixed-price agreement, and will be awarded based on price and technical merit. Key dates include the submission deadline, slated for four weeks from the RFP release, followed by a thorough evaluation process. File 2: "Grant for Developing Energy-Efficient Building Solutions" This file outlines a grant opportunity aimed at supporting research and development of innovative solutions for energy-efficient buildings. The primary goal is to reduce energy consumption and carbon emissions from the built environment. The grant seeks proposals for developing cutting-edge technologies or systems that revolutionize energy efficiency in commercial buildings. This includes smart heating, ventilation, and air conditioning (HVAC) systems, advanced insulation materials, or efficient lighting solutions. Applicants must provide detailed descriptions of their proposed solutions, including technical specifications and expected outcomes. Successful applicants will be awarded funds to cover the development and demonstration of their energy-efficient solutions. The grant has an emphasis on both the technical merits of the proposal and the potential environmental impact of the innovations. The evaluation process will consider the applicant's past performance, qualifications, and the feasibility and potential impact of the proposed solution. Key dates involve a letter of intent deadline and a subsequent full application submission. File 3: "RFP for Public Safety Communication System" This RFP focuses on enhancing the public safety communication infrastructure for a local government. The objective is to improve communication capabilities for emergency services, specifically through the procurement and integration of a new digital radio system and related infrastructure. The government requires a robust system that ensures reliable communication between various first responder teams, including police, fire, and ambulance services. Specific requirements include clear audio quality, encryption capabilities, and coverage across a diverse geographical area. Vendors must provide detailed proposals meeting these technical specifications. The chosen vendor will be responsible for designing, implementing, and maintaining the integrated communication system. The project involves a significant scope of work, encompassing equipment supply, system installation, testing, training, and ongoing support. The contract is expected to be a time-and-materials agreement, with a flexible timeline outlined for project milestones. The evaluation of proposals will prioritize the technical capabilities and experience of the vendors, along with their understanding of the government's public safety needs. Price will also be a determining factor. In summary, these files highlight the government's focus on enhancing IT infrastructure, encouraging energy-efficient building solutions, and improving public safety communications. The procurement objectives are clear, aiming to acquire advanced technology and services to achieve these goals.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    CUSTODIAL SERVICE AT MARINE CORPS INSTALLATIONS (MCI-PAC) CAMP SMEDLEY D. BUTLER, OKINAWA, JAPAN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking proposals for custodial services at Marine Corps Installations Pacific (MCI-PAC) located at Camp Smedley D. Butler in Okinawa, Japan. The procurement aims to ensure comprehensive janitorial services that maintain cleanliness and hygiene standards across the installations. These services are crucial for supporting the operational readiness and quality of life for personnel stationed at the facility. Proposals are due by September 19, 2024, at 10:00 AM Japan Standard Time, and interested parties can contact Tomomi Yokoda at tomomi.yokoda2.ln@us.navy.mil or Kimberly Groce at kimberly.d.groce.civ@us.navy.mil for further information.
    FY24 H-2405 Whole House Revitalization Bldgs 680-683 MCAS Iwakuni, Japan
    Active
    Dept Of Defense
    The US Army Corps of Engineers is seeking expert engineering and construction firms to lead a specialized design-build project at Marine Corps Air Station Iwakuni, Japan. Four steel-frame buildings and two carports require comprehensive renovation and redesign, involving architectural, mechanical, and electrical components. This procurement, valued at an estimated $70 million, aims to deliver a high-quality, efficient solution while minimizing disruptions to traffic flow. Firms are invited to submit technical proposals by October 1, 2024, with a competitive acquisition process set to follow. The project holds significance in enhancing residential structures for better functionality and is expected to commence in December 2024. For more information, contact Charles Qi or Nakiba Jackson via email.
    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.
    Preventive Maintenance Program and Service Orders for Underground Storage Tanks (USTs) for Petroleum Oil and Lubricants (POL), and Car Washing System in The U.S. Commander Fleet Activities Yokosuka, Japan by Recurring Work & Non-Recurring Work
    Active
    Dept Of Defense
    The U.S. Navy is seeking a contractor to manage the preventive maintenance program and service orders for underground storage tanks (USTs) for petroleum and lubricants, as well as car washing systems, at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. Efficient maintenance and support are required for these essential systems. Offered as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, it includes both recurring and non-recurring work, encompassing facility management and investment services. Contractors must submit detailed proposals, with independent pricing, by the deadline for this high-value procurement, with work commencing in [redacted]. The requirement for the USTs' preventive maintenance program is focused on ensuring the reliable operation of these systems across various sites. The contract, valued at a significant amount in Japanese Yen, involves a combination of recurring and non-recurring tasks, emphasizing the effective management and support of these critical facilities. This procurement reflects the Navy's commitment to maintaining operational efficiency, with a particular focus on the specialized nature of UST systems and compliance with Japanese regulations. Interested parties should carefully review the solicitation documents, which outline the detailed scope of work, evaluation criteria, and key deadlines, including the submission deadline on September 9, 2024. For further clarification, prospective bidders can contact Mariko Fukuoka at mariko.fukuoka.ja@fe.navy.mil or via phone at 0468165565.
    Preventive Maintenance Program and Service Orders for Septic Tank Systems at Yokohama City Area in the U.S. Commander Fleet Activities Yokosuka (CFAY), JAPAN by Combination Contract of Recurring Work & Non-Recurring Work Items
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for a Preventive Maintenance Program and Service Orders for septic tank systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The contract will be structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, encompassing both recurring and non-recurring maintenance services over a base period and four one-year option periods, aimed at ensuring the effective management and compliance of septic systems critical to military operations. Proposals must be submitted in Japanese Yen, with a deadline set for September 25, 2024, and inquiries directed to Ms. Mariko Fukuoka at mariko.fukuoka.ja@fe.navy.mil. This opportunity emphasizes the importance of maintaining environmental standards and operational efficiency within U.S. military infrastructure abroad.
    DLA DESC1903 Fuel Pier Construction MCAS Iwakuni, Japan
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Japan District, is planning a major construction project at MCAS Iwakuni, Japan, titled DLA DESC1903 Fuel Pier Construction. The pre-solicitation notice outlines plans to build a reinforced standoff fuel pier, equipped with offloading facilities, dolphins, and lighting, with a projected cost between ¥10 billion and ¥25 billion. Locally based construction companies authorized to operate in Japan are invited to respond to the upcoming request for proposal, anticipated to be issued in September 2024, with selection based on lowest price and technical acceptance. The Japan-based construction sector should keep an eye on this opportunity, as registration is essential for eligibility.
    IDIQ MACC for Small Magnitude Size Design-Bid-Build (DBB) Requirements (Mini-MACC) for Various Clients Kanto Plains Operational Area, Japan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Commercial and Institutional Building Construction services in YOKOSUKA, Kanagawa, JAPAN. The service is for an Indefinite Delivery/ Indefinite Quality (IDIQ) Multiple Award Construction Contract (MACC) for Small Magnitude Size Design-Bid-Build (DBB) Requirements (Mini-MACC) for Various Clients in the Kanto Plains Operational Area, Japan with fixed-price task orders. The scope of work includes office renovation, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, mechanical work, road pavement, fencing, roofing, painting, site work, removal and disposal of lead based paint and asbestos containing material, welding and masonry at various locations in Yokosuka, Yokohama, and Tokyo. The contract will have a term of 60 months or one five (5) year period or until the not-to-exceed value has been met, whichever occurs first. Task orders are estimated to be firm-fixed price ranging from 1,000,000 Japanese Yen (JPY) and 150,000,000 JPY. The minimum guarantee is 300,000 JPY per awardee and one will be awarded the seed project. The seed project is “YSK-J6 REPLACE THE ACTUATOR UNIT OF SLUICE GATE VALVES” with a magnitude between 35,000,000 JPY and 70,000,000 JPY. Interested offerors can view and/or download the solicitation at https://www.SAM.gov when it becomes available on or approximately 15 August 2024. Offerors must be registered with the System for Award Management (SAM) in order to receive a Government contract award.
    99--Oil Water Separator Maintenance and Used Oil Collection and Disposal Marine Corps Installations Okinawa, Japan
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking potential contractors for market research purposes and to determine if commercial sources are available for Oil Water Separator Maintenance and Used Oil Collection and Disposal at Marine Corps Installations Okinawa, Japan. The contractor will provide services such as service orders, repair/restoration, inspection, testing and certification, and preventative maintenance for Oil Water Separator Systems at various locations in Okinawa, Japan. The anticipated contract duration is one base year with the possibility of four 1-year option periods. Interested firms capable of providing the requested services should submit a brief capabilities statement package by 28 September 2018.
    OPERATION AND MAINTENANCE SERVICE FOR SWIMMING POOL WATER TREATMENT SYSTEM AT CFAS, JAPAN
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking Operation and Maintenance Services for Swimming Pool Water Treatment System at CFAS, Japan. This notice is for market research purposes to identify potential offerors. The services include maintaining and operating swimming pool water treatment systems at various facilities in Sasebo, Nagasaki, Japan. The contract will cover both recurring and non-recurring work items. Interested contractors must have a license for handling hazardous materials. The government is considering issuing a commercial solicitation for a performance-based service contract. Contractors must register in the System for Award Management to be eligible for the award. The deadline for submission is 20 AUG 2024. Contact Masayo Sonoda for more information.
    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.