Sources Sought - Iwakuni 2
ID: N40084IWAKUNICUST_PEST_GRNDSType: Sources Sought
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The U.S. Marine Corps Air Station in Iwakuni, Japan, seeks experienced contractors for a potential 12-year facility investment contract, including custodial, pest control, and grounds maintenance services. Valued at around $40 million, the contract aims to maintain the station's facilities to high standards. Contractors must demonstrate capacity, experience, and compliance with Japanese laws, while the Navy conducts market research for a potential firm-fixed price, indefinite delivery/quantity award. The process focuses on contractor capability, with selectees invited to respond to a comprehensive Request for Proposal. Deadlines for capability submissions are set for August 2024, with the contract commencing in July 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Marine Corps seeks a contractor to provide comprehensive facility management services at MCAS Iwakuni in Japan, including custodial, grounds maintenance, and pest control. The performance-based contract encompasses both recurring and non-recurring work, emphasizing the contractor's expertise and flexibility in achieving specified performance objectives. The scope includes various technical areas, such as command and staff support, health care, and facility management, with a focus on maintaining a safe and comfortable environment. Contractors will be expected to exercise independence and expertise in determining the most effective methods. The solicitation encourages innovative solutions, with evaluation criteria likely to include technical approach, past performance, and cost. Interested parties should carefully review the performance work statement and related information for a thorough understanding of the work required. Key dates and other administrative details are not explicitly mentioned in the provided file, but offerors are urged to inspect the site and submit proposals before the unspecified deadline.
    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. These services are essential for ensuring smooth and efficient operations across various administrative, logistical, and technical domains. The management and administration services span a wide range, including conference organization, training, partnering support, permit management, insurance handling, and performance evaluation. The focus is on facilitating effective communication, coordinating meetings, and ensuring compliance with government directives. Key personnel, such as project managers, quality managers, and safety officers, are required to have specific certifications and experience levels. The contractor must provide experienced staff who can manage diverse tasks and maintain high standards of quality and safety. Security requirements are stringent, with strict access control procedures and information handling protocols. The contractor must adhere to security clearances, background checks, and access arrangements for their personnel and vehicles. Contractor-furnished items and equipment must meet specified standards, and the contractor is responsible for their maintenance and replacement. Government-furnished items will be provided as needed, and the contractor must use them as directed. Submissions and reports are needed throughout the contract period, including employee lists, vehicle lists, access requests, and quality inspection reports. The contractor must also implement a robust information security system and adhere to cybersecurity protocols. Critical dates include the pre-performance conference within 30 days of award and the requirement to submit annual training completion reports by October 15th each year. Evaluation of proposals will consider past performance, with a focus on quality management and adherence to security requirements, among other factors.
    The primary objective of this RFP is to procure comprehensive custodial services for various government facilities, ensuring a high standard of cleanliness and hygiene. These services aim to maintain a pleasant and safe environment for occupants and visitors. The focus is on scheduled and recurring cleaning tasks, encompassing everything from emptying waste containers to high-area dusting and sanitizing restrooms. The contract also encompasses special cleaning requirements, such as disinfection services in response to infectious diseases. The government seeks a skilled and certified contractor to accomplish these tasks according to specific technical standards. The scope includes regular cleaning of spaces, lunchrooms, restrooms, and exterior areas, with attention to detail and minimal disruption to government operations. Contractors must adhere to stringent safety and hygiene protocols, including training in pathogen exposure and asbestos awareness. Key contract details include a firm-fixed-price structure, with an estimated value in the tens of millions of dollars over multiple years. Critical dates include an anticipated contract start date of July 1st and submission deadlines for questions and proposals. Evaluations will consider past performance, technical approach, and price, with a focus on the quality and efficiency of the proposed custodial services.
    The primary objective of this procurement is to engage a pest control contractor to manage and control various pests across military facilities. The focus is on providing efficient and timely pest control services, aligning with an Integrated Pest Management Plan (IPMP) to minimize the impact of pesticides on human health and the environment. The contractor will be responsible for controlling a comprehensive range of pests, including nuisance, public health, and structure-damaging pests, with specific emphasis on applications in food handling areas. They must adhere to strict technical specifications, using registered pesticides and following label instructions. Personal protective equipment and emergency response procedures are mandatory. For recurring work, the contractor is tasked with developing a work plan that incorporates IPM principles. They must perform regular inspections and treatments at designated facilities, responding to service orders promptly. Monthly schedules and records are required. Non-recurring work orders may also be issued, often utilizing DoD FEDMALL, with a specified period of performance. The contractor is responsible for managing pesticide spills and maintaining equipment. Their personnel must be certified, and vehicles used for transport must meet specific requirements. Reports on pest control actions must be submitted using the NAVFAC Online Pesticide Reporting System (NOPRS), ensuring effectiveness and safety monitoring. The contractor is incentivized to propose cost-effective solutions, with additional services required to achieve control goals provided at no extra cost. Evaluation of proposals will consider past performance, with technical merit and price also being key factors. The contract is likely to be firm-fixed-price, with some flexibility for non-recurring work. The estimated value is around $50,000 for the base term, offering a comprehensive pest control management solution to the government.
    The procurement objective of this RFP, labeled 1503050 - Grounds Maintenance and Landscaping, seeks a contractor to manage extensive grounds maintenance services for government facilities in Iwakuni, Japan. The focus is on ensuring aesthetic appeal and functional integrity across various areas, including lawns, fields, operational zones, and storm water systems. The scope involves regular tasks like mowing, trimming, edging, and debris removal for designated areas, with specific standards detailed in the COLS document. Contractors will also perform fertilization, irrigation, tree maintenance, and vegetation control, emphasizing the health and appearance of these spaces. Additionally, the contractor will undertake non-recurring work, which may include tasks like sediment removal from retention ponds and special event preparations. Contractors must adhere to strict safety and certification guidelines, especially when working near sensitive areas like airfields. The contract is likely to be fixed-price, with some flexibility for variations in the scope. Key dates and timelines will be provided in the order, and evaluation will prioritize the contractor's ability to maintain the appearance and functionality of these spaces cost-effectively.
    The Navy's Naval Facilities Command (NAVFAC) seeks capable entities for the Base Operation and Support Contract (BOSC) at the U.S. Marine Corps Air Station in Iwakuni, Japan. The focus is on facility support services, including general information management, administration, custodial work, pest control, and grounds maintenance. NAVFAC aims to gather information on potential contractors' capabilities and experience for a comprehensive RFP. Selectees will be messaged to provide feedback on the draft PWS. Responses are due by the deadline, or they may not be considered. Companies are invited to submit their capabilities and relevant experience details as outlined in the questionnaire.
    The Naval Facilities Engineering Command Far East (NAVFAC FE) issues a Sources Sought Notice for market research regarding facility investment services at the U.S. Marine Corps Air Station in Iwakuni, Japan. The focus is on obtaining custodial, pest control, and grounds maintenance services for a potential firm-fixed price, indefinite delivery/quantity contract. Lasting potentially up to 12 years, it's estimated at $40 million. The contract would require the successful bidder to provide all necessary personnel, materials, and equipment for these facility services, with a rough order of magnitude quoted at $5 million for the base year. Interested parties must submit detailed Statements of Capability by the deadline to be considered.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    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.
    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.
    Kitchen Exhaust System Cleaning, Minor Inspection and Parts Replacement Services at U.S. MARINE CORPS AIR STATION IWAKUNI, JAPAN
    Active
    Dept Of Defense
    Presolicitation notice: DEPT OF DEFENSE, DEPT OF THE NAVY is seeking Kitchen Exhaust System Cleaning, Minor Inspection and Parts Replacement Services at U.S. MARINE CORPS AIR STATION IWAKUNI, JAPAN. This service is typically used for maintaining and repairing the kitchen exhaust system at the air station. The anticipated contract type is a performance-based, Firm Fixed Priced contract, Recurring Work Items. The contract period will be for a Basic Period of 12 months and one 12-month Option Period with a planned start date of 01 November 2019. This solicitation is intended only for local sources registered to conduct business in Japan. Bidders 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 30 Aug 2019. Interested contractors can view and download the solicitation from the Federal Business Opportunities (FBO) website at https://www.FBO.gov. Interested firms are requested to provide capability statements including company name, DUNS Number and CAGE Code, mailing address, and point of contact information. Capabilities statement should be submitted via email to Reiko Nishimoto at reiko.nishimoto.ja@usmc.mil.
    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 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.
    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.
    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, equipment, and materials to ensure the reliable operation of Sidetrack No. 328, including tasks such as repairs, cleaning, weeding, and emergency repairs, in compliance with Japan Freight Railway Company regulations. This maintenance is crucial for maintaining the operational readiness of the railroad infrastructure at the base, with the contract period running from October 1, 2024, to September 30, 2025. Interested contractors must be licensed to operate in Japan and are encouraged to attend a pre-proposal site visit on September 9, 2024. 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.
    Multiple Award Task Order Contracts (MATOC) Sustainment, Restoration, and Modernization (SRM) Requirements, Okinawa Japan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking Multiple Award Task Order Contracts (MATOC) for Sustainment, Restoration, and Modernization (SRM) Requirements in Okinawa, Japan. This procurement is for construction services in various locations in Okinawa, Japan, and falls under the Commercial and Institutional Building Construction industry. The project magnitude is estimated to be between ¥10,000,000,000 and ¥25,000,000,000 ($100,000,000 and $250,000,000). The anticipated solicitation issue is between May and June 2024, with a contract award expected between April and June 2025. The purpose of this solicitation is to award indefinite-delivery/indefinite-quantity (IDIQ) contracts for a variety of construction work to support U.S. Government facilities in Okinawa, Japan. The work includes renovation, maintenance, repair, restoration, and alteration of existing facilities, as well as the modernization of various building components. The total program value is not to exceed $245M (USD)/ ¥24,500,000,000 (JPY) over the ordering period. Interested vendors must be registered in the SAM database and be licensed and registered to perform work in Japan. The solicitation will be conducted in two phases, with a best value procurement in the second phase. The Government intends to award five firm-fixed-price construction contracts as a result of this RFP. Only local sources physically located in Japan and authorized to perform the specified construction work will be considered. Prior to contract award, interested vendors must be registered for construction work with the Government of Japan and possess necessary construction licenses and permits.
    Paint Interior 2, Military Family Housing (MFH), Island-wide (759UN)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Paint Interior 2, Military Family Housing (MFH)" project, which involves painting the interiors of up to 759 housing units across various U.S. military installations in Okinawa, Japan. The contractor will be responsible for all labor and management aspects of the project, while the government will supply the necessary paint and varnish. This initiative is crucial for maintaining and improving living conditions for military families, ensuring compliance with safety and environmental standards throughout the execution of the painting work. Proposals must be submitted by September 9, 2024, with a project budget estimated between $250,000 and $500,000, and interested contractors should direct inquiries to Roland Lim at roland.lim@us.af.mil by August 16, 2024.