B89 REPAIR HVAC SYSTEM AT THE U.S. NAVAL AIR FACILITY (NAF), ATSUGI, JAPAN
ID: N4008425B8008Type: Presolicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Far East, is soliciting proposals for the repair of the HVAC system at the U.S. Naval Air Facility (NAF) in Atsugi, Japan, specifically for Building 89. The project encompasses a comprehensive scope of work, including architectural, mechanical, and electrical repairs, as well as the abatement of lead-containing materials, ensuring compliance with safety and operational standards. This initiative is crucial for maintaining the facility's infrastructure and providing effective climate control, reflecting the U.S. government's commitment to enhancing military operational capabilities. Interested contractors must submit their bids electronically by June 9, 2025, and are encouraged to participate in a site visit scheduled for May 9, 2025, with inquiries directed to Midori Otomo at midori.otomo.ln@us.navy.mil or Chito Bong Carabeo at chitobong.f.carabeo.civ@us.navy.mil.

    Files
    Title
    Posted
    This document outlines a Site Visit Request related to a federal solicitation (No. N4008425B8008) for repairs to the HVAC system at the U.S. Naval Air Facility (NAF) in Atsugi, Japan, specifically for Building 89. The site visit is scheduled for May 9, 2025, starting at 10:00 AM, with participants required to arrive at the main gate by 9:40 AM for a briefing. The escort for the visit will be Midori Otomo. Proposals for the project are to be submitted as per the guidelines in the solicitation document. The form includes fields for participants’ names, nationalities, company names, contact information, and whether a government escort is necessary. This request emphasizes the importance of site evaluation before bid submission, highlighting compliance and preparation for contractors interested in the project. The initiative reflects the government's commitment to upgrading infrastructure at military facilities.
    The document is a Pre-Bid Inquiry Form related to Solicitation No: N4008425B8008. It serves as a standardized template for potential offerors wishing to ask questions about the bidding process or the solicitation details. The form includes sections for the offeror's information, such as name, address, phone number, and email, allowing for direct communication with the government agency. The main focus of the form is to facilitate inquiries regarding specific sections or paragraphs of the solicitation, identified in a numbered reference format. Each question is intended to clarify aspects of the proposal requirements or evaluation criteria. The government’s responses to these inquiries will address concerns and provide necessary information for offerors to prepare their bids effectively. Overall, this form is an essential component in the solicitation process, ensuring transparency and helping to foster understanding between potential contractors and the federal agency involved. It underscores the importance of clear communication in government procurement activities, which is critical for both compliance and project success.
    The document pertains to a Request for Proposal (RFP) for the repair of the HVAC system under the Naval Facilities Engineering Systems Command Far East. It outlines the requirement for both the outside and inside units of the HVAC system, mentioning specific design conditions and schedules for new equipment installation. The focus is on the detailed integration and functioning of the HVAC components to ensure efficient climate control. The document highlights the importance of meeting operational standards and may include necessary compliance with government regulations. This RFP indicates a commitment to maintaining infrastructure quality through systematic upgrades and repairs, reflecting the organization’s dedication to providing effective environmental control in its facilities.
    The NAF Atsugi Instruction 11300.1A outlines the policies and procedures for the Excavation Program at U.S. Naval Air Facility Atsugi. The primary aim is to ensure safe excavation operations by adhering to established federal and Department of Defense regulations, specifically citing OSHA standards and Army Corps of Engineers guidelines. The document details the roles and responsibilities of various entities involved in excavation, emphasizing the need for an approved Excavation Permit Request and a Prior to Excavation Report prior to commencing any activities. All excavating organizations, including internal departments and contractors, must follow the specified procedures outlined in enclosures, which include the Permit Request Form and the necessary surveys to identify underground utilities. The approval process involves several key offices, including the Utilities Office and Environmental Office, ensuring thorough checks for potential hazards like unexploded ordnance or contaminated soil. Furthermore, strict adherence to safety measures and personal protective equipment is mandated to prevent accidents and damage during excavation. The instruction highlights that unauthorized excavation would result in immediate cessation of work, stressing the importance of compliance to maintain operational safety and integrity. This systematic approach aims to safeguard infrastructure while supporting the facility's operational needs.
    The document outlines a Request for Proposals (RFP) for the repair of the HVAC system at the U.S. Naval Air Facility (NAF) in Atsugi, Japan. The construction contract, estimated between 72,866,150 JPY and 145,732,300 JPY, requires bidders to submit a completed Standard Form 1442, bid bond, and a construction license. The project mandates that bids be priced only in Japanese Yen. Bidders must adhere to various submission requirements, including financial documentation and compliance with safety regulations. A site visit is scheduled, and bids must be submitted electronically by June 9, 2025. Contractors need to have active registration in the System for Award Management (SAM) and comply with cybersecurity and information safeguarding standards as outlined. The contract will be a Firm-Fixed Price contract, and the government holds the right to cancel the solicitation at any point before award. Emphasis is placed on compliance with Japanese laws and regulations during contract performance, reflecting the U.S. government's standards for overseas operations.
    The document serves as an amendment to a solicitation related to a federal contract, specifically for construction services under the Naval Facilities Engineering Command (NAVFAC) Far East. It outlines essential changes, including an extended submission deadline, bid submission instructions, and responses to contractor inquiries regarding project specifications. Key modifications cover acknowledgment protocols for bids, the necessity of submitting offers electronically via designated platforms (DoD Solicitation Module, DoD SAFE, or email under special circumstances), and adjustments to various project specifications based on contractor questions. Notable inquiries and answers address mechanical work conditions, existing design documents, construction schedules, and qualifications for construction management. Additionally, the amendment incorporates updates related to the Excavation Program and includes a new FAR clause regarding foreign procurement taxes. Amendments aim to clarify project requirements, streamline submission processes, and ensure compliance with regulations while maintaining the integrity of the original solicitation. All unchanged terms and conditions remain in effect, reinforcing the importance of careful adherence to specified guidelines for potential contractors.
    The document outlines amendments to a solicitation and contract modification related to government procurement, specifically regarding construction work under the NAVFACSYSCOM FAR EAST. It includes the procedures for acknowledging receipt of amendments and submitting bids, with explicit instructions for electronic submissions via designated platforms and conditions under which email submissions may be accepted. Key updates through Amendment 0002 include responses to pre-bid inquiries regarding lead remediation, air monitoring requirements, and sampling protocols. For instance, the Government clarified that preliminary reports within a 72-hour window are acceptable and that ambient air sampling is mandatory despite contractor requests for waivers. Further, the document distinguishes new guidelines for bid submission and procedural changes that impact how contractors must submit required documentation, such as licenses and financial statements. The amendments ensure contractors adhere to specified formats for submission and include updated project specifications to address construction parameters while emphasizing the necessity for compliance with safety and operational standards. Overall, this document serves as a critical reference for contractors, detailing the procedural amendments and clarifications to guide compliance during the bidding and construction phases.
    Similar Opportunities
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    Update HVAC Building 1281
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    Navy Inn Repair Conference Room HVAC
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the Conference Room HVAC System at the Navy Gateway Inn and Suites (NGIS) located at Naval Air Station (NAS) Oceana in Virginia Beach, Virginia. The project involves inspecting the existing HVAC unit, replacing non-functional parts, and restoring the system to full operational capability, with a completion timeline of 21 calendar days from the Notice to Proceed. This contract, estimated to be under $25,000, is funded by Navy Non-Appropriated Funds and requires compliance with various safety and building codes, as well as a one-year warranty on the work performed. Interested contractors must submit their quotes by December 9, 2025, at 3:00 PM ET, and are encouraged to conduct a site visit; for further inquiries, they can contact Kaitlyn Garcia at kaitlyn.garcia@nexweb.org or Leanat Delacruz at leanat.delacruz@nexweb.org.
    P530 Aircraft Intermediate Maintenance Facility, Kadena Air Base
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Japan District, is conducting a Sources Sought Market Survey for the P530 Aircraft Intermediate Maintenance Facility project at Kadena Air Base, Okinawa, Japan. This Design-Bid-Build (DBB) construction project aims to build an intermediate maintenance facility to support the Aircraft Intermediate Maintenance Detachment (AIMD), with an estimated project magnitude between $25 million and $100 million. The facility is crucial for enhancing operational efficiency and safety in aircraft maintenance, adhering to various building codes and standards, including fire protection and anti-terrorism measures. Interested local firms must respond by 2:00 PM Japan Standard Time on January 15, 2026, and are required to be registered in the System for Award Management (SAM) and possess necessary construction licenses from the Government of Japan. For further inquiries, contact Erica Stiner at erica.j.stiner@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil.
    PMI for Fire Protection and IDS at CFAY
    Dept Of Defense
    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 for these critical safety systems at sites such as Ikego, Urago, Azuma, Negishi North Dock, Tsurumi, and Nagai. These services are vital for ensuring the operational readiness and safety of facilities within the naval command. 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.
    Indefinite Delivery/Indefinite Quantity (IDIQ), Painting for Various Locations at the Command Fleet Activities Yokosuka and Atsugi, Japan
    Dept Of Defense
    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 perform painting services at various locations in Japan, including the Command Fleet Activities Yokosuka and Atsugi. The scope of work encompasses painting and related tasks such as scaffolding, protective coating, and repair and replacement activities across multiple sites, including U.S. Fleet Activities and the U.S. Embassy in Tokyo. This procurement is crucial for maintaining the facilities' operational readiness and aesthetic standards, with an anticipated contract value of up to JPY6,000,000,000 over a five-year ordering period. Interested parties should contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or call 046-816-2874 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    PMP for Water Facilities Circulation Systems
    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 (PMP) for water facilities circulation systems at 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 maintenance services for these critical water supply facilities. This initiative is vital for ensuring the operational integrity and reliability of water systems essential for military readiness and support. Interested contractors should contact Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil or call 046-816-4201 for further details regarding the solicitation process.
    Indefinite Delivery/Indefinite Quantity (IDIQ), Painting for Various Locations at the Command Fleet Activities Yokosuka and Atsugi, Japan
    Dept Of Defense
    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 perform painting services at various locations in Japan, including the Command Fleet Activities Yokosuka and Atsugi. The scope of work encompasses painting and related tasks such as scaffolding, protective coating, and repair or replacement activities across multiple sites, including U.S. military facilities and the U.S. Embassy in Tokyo. This contract is significant for maintaining the operational readiness and aesthetic standards of military installations, with an anticipated five-year ordering period and a total value of up to JPY6,000,000,000. Interested parties should contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or call 046-816-2874 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base in Okinawa, Japan. This project aims to establish a corrosion control facility specifically designed for the maintenance and painting of large-bodied aircraft, featuring a single bay paint booth, a prep/wash hangar, and necessary support spaces. The facility is crucial for ensuring the longevity and operational readiness of aircraft by providing a dedicated environment for corrosion treatment and painting operations. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or call 098-970-9068 for further details.