PREVENTIVE MAINTENANCE PROGRAM AND SERVICE ORDERS FOR SWIMMING POOL, BATH, FALL & POND, FOUNTAIN CIRCULATION SYSTEMS AT THE U.S. FLEET ACTIVITIES, YOKOSUKA AND YOKOHAMA DETACHMENT, JAPAN
ID: N4008426B0403Type: Sources Sought
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF WATER SUPPLY FACILITIES (Z1NE)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for a Preventive Maintenance Program (PMP) for water facilities circulation systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The procurement involves a combination contract for both recurring and non-recurring maintenance services, aimed at ensuring the operational integrity and reliability of water supply facilities. This initiative is critical for maintaining essential water services at the naval base, which supports various military operations. Interested vendors can reach out to Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil or call 046-816-4201 for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The "SOURCES SOUGHT – CONTRACTOR INFORMATION FORM" is a two-part document for a Preventive Maintenance Program and Service Orders for Swimming Pool, Bath, Fall & Pond, and Fountain Circulation Systems. Part I requests general contractor information, including firm details, System for Award Management (SAM) information (DUNS, CAGE), qualifications for conducting business in Japan, and interest in performing as a prime or subcontractor. Responses are limited to one page. Part II, for project experience, requires contractors to submit information for 1 to 5 relevant projects, with each project limited to two pages. This includes contractor name, project details (number, contract, title, location), award and completion dates, final contract price, customer/owner information, prime/subcontractor status, contract type, type of work performed, narrative project description, and percentage of self-performed work. The deadline for submission is 10:30 a.m. JST on August 20, 2018, via email, with no telephone calls or facsimiles accepted. Proprietary information will be protected.
    Similar Opportunities
    PMI for Fire Protection and IDS at CFAY
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for preventive maintenance and inspection services for fire protection and intrusion detection systems at various locations under the U.S. Commander Fleet Activities, Yokosuka (CFAY) in Japan. The procurement aims to establish a combination contract that includes both recurring and non-recurring service orders to ensure the operational readiness and safety of these critical systems at sites including Ikego, Urago, Azuma, Negishi North Dock, Tsurumi, and Nagai. These services are vital for maintaining safety and security standards within military facilities, thereby supporting overall mission readiness. Interested contractors can reach out to Ryouhei Shindo at Ryouhei.Shindo.ln@us.navy.mil or by phone at 0081 46 816 7513 for further details regarding the solicitation process.
    Oily Wastewater Treatment Service
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Repair and Replace Roof System FY26 at the Commander Fleet Activities Yokosuka, Naval Air Facility Atsugi, and U.S. Government Installations in the Kanto Region, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to repair and replace roof systems at various U.S. Government installations in the Kanto Region, Japan, including Commander Fleet Activities Yokosuka and Naval Air Facility Atsugi. The scope of work encompasses roofing repairs and replacements, along with related tasks such as installing aluminum copings, flashings, drains, and conducting asbestos sampling. This procurement is crucial for maintaining the integrity and safety of the facilities, with an anticipated contract value of up to JPY5,000,000,000 over a five-year ordering period. Interested parties should contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or call 046-816-4095 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    Indefinite Delivery Indefinite Quantity (IDIQ) Road Paving Repairs and Maintenance
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking potential contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on road paving repairs and maintenance in Japan. The scope of work includes tasks such as road paving, replacement of parking signs, and installation of underground conduits for communication systems, with contractors required to provide all necessary labor, materials, and equipment. This contract is significant for maintaining infrastructure at various U.S. Navy facilities, including U.S. Fleet Activities Yokosuka and the U.S. Embassy in Tokyo. The solicitation is expected to be released on sam.gov, with a five-year ordering period and an anticipated award in the third quarter of FY26; interested parties should contact Yuko Yoshino at yuko.yoshino.ja@fe.navy.mil for further details.
    Berthing and Messing Barge YRBM-57 Intermediate Maintenance Availability (IMAV)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Intermediate Maintenance Availability (IMAV) of the Berthing and Messing Barge YRBM-57, with a performance period from March 1 to June 15, 2026, at Yokosuka Naval Base in Japan. The procurement includes critical repair and upgrade tasks such as the installation of split air conditioning systems, inspection of sewage collection and holding tanks, and replacement of the cosmetic polymeric deck covering system, all of which require adherence to NAVSEA standards and the contractor's possession of an active U.S. Navy Master Agreement for Repair and Alteration of Vessels (MARAV). Interested contractors must submit their proposals by January 5, 2026, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications by contacting Kazuo Takamura or Peter Arrieta via email.
    DEWATERING PARTS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the procurement of dewatering parts, specifically on a brand name basis from McMaster-Carr. This acquisition will be negotiated in accordance with FAR 6.302-1, utilizing the Commercial and Simplified Acquisition Procedures outlined in FAR Parts 12 and 13. The dewatering parts are essential for maintaining operational efficiency and reliability in naval operations, with the contract expected to be awarded as a firm-fixed price supply type. Interested vendors should note that the solicitation is anticipated to be posted on SAM.gov around December 5, 2025, with quotes due by December 10, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    USS SHOUP (DDG-86) FY26 6J2 CNO SIA BUNDLE #3, Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS SHOUP (DDG-86) during its FY26 6J2 CNO SIA Bundle 3 availability at Yokosuka Naval Base, Japan. The procurement requires firms to possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and to be authorized to operate in Japan, as the work involves critical ship repair and alteration tasks essential for maintaining naval readiness. The contract is structured as a firm-fixed-price job order, with a performance period from March 9, 2026, to May 4, 2026, and proposals must be submitted by December 8, 2025, at 10:00 AM JST. Interested parties should contact Kazuo Takamura at kazuo.takamura.ln@us.navy.mil for further details and access to the work specifications.
    USS JOHN FINN (DDG-113) FY26 6J1 CNO BUNDLE #1, Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for a firm-fixed-price contract to perform repair and alteration work on the USS JOHN FINN (DDG-113) during its FY26 Chief of Naval Operations Availability in Yokosuka, Japan. The project encompasses twelve Task Group Instructions (TGIs) that include various ship repair tasks such as preservation, replacement of nonskid deck coverings, and modifications to equipment, all scheduled to take place from April 20 to June 22, 2026. This maintenance is crucial for ensuring the operational readiness and safety of the vessel, which plays a vital role in naval operations. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to Kazuo Takamura at kazuo.takamura.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair, overhaul, preservation, and replacement work, encompassing twenty-two Task Group Instructions (TGIs) that adhere to NAVSEA and SRF-JRMC standards. This contract is critical for maintaining the operational readiness of the USS DEWEY and ensuring compliance with safety and security regulations during the repair process. Proposals are due by January 8, 2026, at 10:00 AM, and interested parties should submit their proposals to Takayo Shiba via email at takayo.shiba.ln@us.navy.mil. The period of performance for the contract is set from March 30, 2026, to September 7, 2026.
    USS DEWEY (DDG 105) FY26 6C1 SRA(d) TGI 38K4243901-A01, Yokosuka, Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for ship repair and maintenance services for the USS DEWEY (DDG-105) during its FY26 6C1 SRA(d) availability in Yokosuka, Japan. The selected contractor will be responsible for providing comprehensive management, technical, procurement, production, testing, and quality assurance services necessary for the repair and maintenance of the vessel, adhering to applicable standards and specifications. This opportunity is critical for ensuring the operational readiness of naval vessels and maintaining the integrity of the fleet. Interested offerors must submit their proposals by December 15, 2025, at 10:00 AM Japan Standard Time, and can request access to the Work Specification Package by contacting Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.