Japanese Cultural Awareness Instructor, Yokota Air Base, Japan
ID: FA520924Q0077Type: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    The Department of Defense is soliciting proposals for a Japanese Cultural Awareness Instructor at Yokota Air Base in Japan. The contractor will be responsible for conducting bi-weekly educational sessions on Japanese culture for military personnel and their families, including lessons on customs, etiquette, and history, while also providing translation assistance. This initiative aims to enhance cultural understanding and improve integration within the local community, reflecting the U.S. government's commitment to supporting military families abroad. Proposals are due by September 17, 2024, at 3:00 PM JST, and interested parties should direct inquiries to Yuma Kato at yuma.kato.jp@us.af.mil or Sonomi Yoshihashi at sonomi.yoshihashi.jp@us.af.mil by September 5, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum from the 374th Airlift Wing outlines essential policies and procedures for businesses aiming to engage with the U.S. Government. It emphasizes that purchases will be conducted through soliciting quotations from qualified vendors to ensure fair competition. Collusion among vendors is strictly prohibited as it contradicts government purchasing guidelines. Firms hindering competition through any means will have their proposals rejected and future solicitations barred. Additionally, all government personnel involved in procurement are mandated to maintain the highest ethical standards, with a "gratuities" clause in contracts to address any improper incentives offered by contractors. Such actions aimed at influencing contract awards or treatments are deemed illegal. The memorandum calls for reporting any irregularities encountered during business dealings. This document serves to inform prospective proposers about compliance and ethical considerations critical for maintaining integrity in government contracting processes.
    The Department of the Air Force's 374th Airlift Wing issued a memorandum for prospective offerors regarding Solicitation No. FA520924Q0077 for a Japanese Cultural Awareness Instructor at Yokota Air Base, Japan. The memorandum clarifies submission guidelines, encouraging electronic offers by the due date, 17 September 2024, at 3:00 PM JST. Offerors are reminded to ensure their proposals are received and acknowledged by the government. Inquiries must be submitted in writing by 5 September 2024, detailing contact points for contract specialists. Offerors must include their Commercial And Government Entity (CAGE) code and are advised to register with the System for Award Management (SAM) before proposal submission. The document underscores the importance of compliance with regulations on submission and inquiry processes, ensuring that all parties are informed and prepared for the solicitation requirements. This notice serves as part of ongoing efforts to engage qualified contractors for culturally-focused instructional support within the Air Force's operational context in Japan.
    The document outlines a request for proposal (RFP) for a Women-Owned Small Business (WOSB) to provide a Japanese Cultural Awareness Instructor at Yokota Air Base, Japan. The solicitation details the contract number (FA520924Q0077) and specifies a performance period from October 1, 2024, to September 30, 2025, with options to extend for up to four additional years. It highlights the requirement for a firm-fixed pricing arrangement and includes multiple line items for options based on yearly performance. The contract demands inspection and acceptance be conducted by the requiring activity, emphasizing both parties' responsibilities. Additionally, the document incorporates various legal and contractual clauses that govern performance, payment, and resolution of disputes, as well as requirements pertaining to small business participation. Key points include the emphasis on inclusivity for women-owned businesses, specific billing instructions through the Wide Area Workflow (WAWF), and compliance with local and federal regulations. The document not only serves as a solicitation for services but also outlines necessary legal frameworks to ensure that all procedures align with federal acquisition regulations. This RFP illustrates the federal government's broader commitment to promoting diversity in procurement while fulfilling specific operational needs at military installations.
    The document outlines a solicitation for a contract related to the provision of a Japanese Cultural Awareness Instructor at Yokota Air Base, Japan. The contract is intended for a term starting from October 1, 2024, to September 30, 2025, with potential renewals extending through September 2029. It emphasizes the requirement for a firm fixed price pricing arrangement and underscores the importance of submissions from women-owned small businesses (WOSB). Key provisions include the necessity for past performance records and the availability of appropriated funds which are contingent for the contract's fulfillment. Additional details address procedures for inspections and acceptance, payment structures through the Wide Area WorkFlow (WAWF), and compliance with various clauses for federal contracts. The document also specifies contact information for both the requiring activity and contracting office involved, as well as details on how to navigate the solicitation process, including certain clauses that have been incorporated by reference. Overall, this solicitation emphasizes the government's commitment to transparency, fairness in procurement processes, and compliance with federal regulations.
    The Performance Work Statement (PWS) outlines the requirements for a Japanese Cultural Awareness Instructor at Yokota Air Base, Japan. The contractor is responsible for conducting two four-hour sessions weekly to educate military personnel and their families on Japanese culture, including customs, etiquette, and history. Additional responsibilities include developing specialized lessons, assessing students' needs, and assisting with translation services. The contractor should possess a four-year degree, relevant cultural training, and experience in cultural presentations, while being bilingual in Japanese and English. General operational hours align with the M&FRC schedules, with services not required on federal holidays or during local exercises. The contract stipulates payment based on a verified sign-in/out log, and the contractor can take up to 30 days of leave annually with prior approval. The government will provide utilities and office space necessary for the performance of duties. This initiative seeks to enhance cultural understanding among military personnel, facilitating better integration into the local community and improving cross-cultural communications. The PWS reflects the U.S. government’s commitment to supporting military families stationed abroad through cultural education.
    This document serves as an amendment to a federal solicitation, detailing important updates regarding the submission process and evaluation criteria for offers. Key changes include a statement on the unavailability of funds for the requirement and an addition of Past Performance as an evaluation factor. The amendment stipulates that offers must acknowledge receipt and can be modified prior to the submission deadline. It highlights that past performance records must be submitted alongside offers, including evidence from the Contractor Performance Assessment Reporting System (CPARS) for the last four years. The evaluation process will assess price, contractor responsibility (including educational qualifications and licenses), and past performance. Past performance will be rated as "Pass" or "Fail," with certain unsatisfactory records potentially disqualifying an offeror. The document emphasizes the structured submission requirements, reiterating the importance of meeting all solicitation criteria to avoid rejection. Overall, it reflects the government's aim to ensure responsible and high-performing service provision through clear guidelines and expectations for potential contractors.
    The document provides Q&A insights regarding Solicitation No. FA520924Q0077 for a Japanese Cultural Awareness Instructor position at Yokota Air Base, Japan. It addresses two key inquiries. The first inquiry concerns the eligibility of a candidate lacking specific cultural certification but possessing relevant experience. The response clarifies that candidates must fulfill all criteria outlined in the Performance Work Statement, and alternate qualifications will not be considered. The second inquiry verifies the submission deadline of September 17, 2024, confirming it remains unchanged despite a recent amendment posted on SAM.gov. This document exemplifies procedural transparency typical in federal RFP processes, emphasizing strict adherence to stated qualifications while ensuring clarity on submission timelines and amendments for potential vendors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Base Operations Support Contract (BOSC) at New Sanno, Tokyo, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting proposals for a Base Operations Support Contract (BOSC) at the New Sanno Hotel in Tokyo, Japan. This contract encompasses both recurring and non-recurring services, with a performance period from January 2025 to December 2029, including four one-year option periods. The services required include preventive maintenance, custodial services, pest control, solid waste management, and grounds maintenance, which are critical for maintaining operational efficiency and compliance with facility standards. Interested contractors must submit their proposals by October 18, 2024, and can direct inquiries to Ms. Junko Miyachi at junko.miyachi.In@us.navy.mil or by phone at 0468166956. A site visit is scheduled for September 24, 2024, with registration required by September 18, 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 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.
    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.
    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.
    Provide Secondary Containment at JP-8 Rail Offload Yokota Air Base, Japan
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Japan District, is conducting a market survey for the upcoming project titled "Provide Secondary Containment at JP-8 Rail Offload Yokota Air Base, Japan." This project aims to construct a secondary containment system for JP-8 fuel at the rail offload facility, which includes concrete containment, drainage systems, and necessary repairs to existing infrastructure to ensure environmental safety and compliance with military standards. The project is critical for enhancing the operational safety of fuel handling at the base and is expected to have a contract value between ¥1,000,000,000 and ¥5,000,000,000. Interested local firms must respond by September 30, 2024, and can direct inquiries to Jiro Miyairi at jiro.miyairi.ln@usace.army.mil or Ryan Marzetta at ryan.j.marzetta.civ@usace.army.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.
    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.
    ANNUAL INSPECTION OF HOISTS AND HYDRAULIC LIFTS FOR YOKOTA AB AND TAMA ANNEX
    Active
    Dept Of Defense
    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.
    DoDEA Pacific JROTC Drill Professionals
    Active
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking a contractor to provide professional drill instructor services for the Pacific Region's JROTC Drill Competitions from the 2024 to 2029 school years. The contractor must possess a minimum of three years of relevant experience in drill instruction, judging, and military drill movements, and will be responsible for delivering instruction, scoring, and judging during competitions. This initiative is crucial for enhancing the educational and training programs within the DoDEA system, ensuring that JROTC cadets receive high-quality drill training and support. Interested parties should contact Mileska M. Rodriguez at Mileska.Rodriguez@dodea.edu for further details, and must adhere to the submission guidelines outlined in the solicitation documents.
    FY2024-FY2025 Projections
    Active
    Dept Of Defense
    The US Army Corps of Engineers, Japan District, has released a special notice outlining its projected requirements for fiscal years 2024 and 2025. The purpose of this notice is to provide local construction companies in Japan with advance information for informational planning. The scope of work for these projections includes a range of construction and renovation projects to be executed across military facilities in Japan. The projects encompass diverse functionalities, such as family housing, hangars, schools, and fuel piers. The tasks involve design, construction, modernization, and repair services, with specific requirements in some cases. For instance, secondary containment systems and fuel offloading platforms are mentioned. The Japan District emphasizes that these projections are only for local sources physically located and licensed to operate in Japan. Companies interested in these opportunities must register in the System for Award Management (SAM) database and comply with applicable Japanese laws and regulations. Several of these projected projects have estimated values ranging from $15 million to over $25 million. It is indicated that some will be awarded through design-build contracts. While a few projects have already been solicited, others are anticipated to be issued and awarded throughout fiscal years 2024 and 2025. Key dates and further details are provided in the attached quarterly projections document. Industry participants are invited to submit any comments or concerns regarding these projections to the contracting officers mentioned in the notice. Dr. Nakiba Jackson and Ms. Jennifer Knutson are the respective contracting officers for Army, Air Force, Housing, and DoDEA, DLA, Navy, and Marine Corps. Mr. Jack Letscher serves as the contracting officer for Okinawa. It is important to note that this notice does not guarantee future solicitations or awards and that any conflicting information between this notice and future solicitations will be governed by the latter. Interested parties are advised to regularly monitor SAM.gov for individual project updates.