Base Operations Support Contract (BOSC) at New Sanno, Tokyo, Japan
ID: N4008424B0404Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Base Operations Support (BOS) contract is intended for the U.S. Naval Joint Services Activity, providing recurring and non-recurring services at The New Sanno Hotel in Tokyo, Japan from January 2025 through December 2029. The document outlines the organization of services, including a Performance Work Statement (PWS) that details responsibilities for labor, management, and equipment needed for operations. It includes specifications for performance-based service outcomes, quality management, training requirements, and contractor safety programs. The contract consists of various line items (CLINs) for recurring services and non-recurring work with specified pricing structures and maximum quantities for the ordering periods. Performance objectives are defined, laying the groundwork for assessments and evaluations of contractor performance. The document emphasizes collaboration through partnering between the government and contractors, ensuring adequate communication and compliance with regulations. It mandates regular meetings and establishes roles such as Project Manager and Quality Manager, while also detailing the necessity of permits, insurance, and safety plans. This contract serves as a framework for maintaining operational functionality, emphasizing quality service delivery, management of government property, environmental sustainability, and health and safety compliance in the execution of base operations support services.
    The document outlines the details for a site visit related to the Base Operations Support (BOS) Contract at the New Sanno Hotel for the U.S. Naval Joint Service Activity in Japan. The scheduled site visit is set for September 24, 2024, at 10:00 A.M., with a deadline for attendee registration by September 18, 2024, at 10:30 A.M. Each bidding company can send a maximum of five attendees and one vehicle, requiring prior listing. Attendees must wear specified safety gear and present appropriate identification, such as a passport or a Japanese driver's license. Additional requirements include proof of vehicle compliance represented by "Shaken-sho" and "Jibaiseki Hoken." The document emphasizes strict adherence to these guidelines to facilitate access and ensure safety during the site visit.
    The document pertains to Solicitation No. N4008424B0404 for the BOSC project at New Sanno, released in July 2016. It is primarily a Pre-Bid/Proposal Inquiry Form intended for potential bidders to address questions related to the solicitation. The document includes fields for recording inquiries, sections for referencing specifics within the proposal, and designated spaces for government responses. This structured format aims to facilitate clear communication between the government and interested contractors, ensuring that all parties have a mutual understanding of the project's requirements. The emphasis on inquiries suggests a focus on transparency and clarity in the bidding process, aligning with best practices in federal procurement. Overall, the document serves as an essential tool for managing the solicitation process and fostering efficient bid submission.
    The document pertains to the "BOSC AT NEW SANNO" project, as indicated by Solicitation No. N4008424B0404, and outlines pre-bid inquiry procedures for potential contractors. Dated July 2016, it serves as a structured form for submitting questions regarding the RFP, detailing reference sections, paragraphs, and question numbers submitted by bidders. The document aims to address inquiries that could clarify the proposal requirements and ensure fair competition among bidders. By inviting questions and providing government responses, it enhances transparency and understanding of project specifications. This solicitation process reflects typical practices in federal procurement, aiming to facilitate informed bidding while adhering to regulatory standards.
    The document outlines a government Request for Proposal (RFP) for Base Operations Support (BOS) services at the New SANNO Hotel from January 2025 to December 2029. It specifies recurring and non-recurring work across base and option periods, detailing line items for each year, which include preventive maintenance programs, custodial services, pest control, solid waste management, and grounds maintenance. Each item displays unit quantities and pricing structure, emphasizing flexibility through task pricing based on task orders. The comprehensive schedule includes detailed descriptions for maintenance, service orders, and integrated management programs, aligning with regulations. Provisions for both recurring and non-recurring tasks ensure the hotel operates efficiently while maintaining compliance with facility standards. The document also specifies contract line item numbers and corresponding details for ease of reference, indicating a meticulous approach to service management encompassing different operational phases. These specifications reflect a structured process in government contract procurement, highlighting the importance of maintenance and management services within federal, state, and local jurisdictions, while catering to operational and environmental compliance needs. The detailed pricing and service descriptions lay a solid foundation for competitive bidding from contractors.
    The document outlines a solicitation for a Base Operations Support Contract at New Sanno, Tokyo, Japan, referenced as N4008424B0404. It details the requirements, including pricing, which must be submitted in Japanese Yen to be considered responsive. The acquisition encompasses both recurring and non-recurring tasks, with defined task segments and associated pricing outlined for each. The contractor is responsible for furnishing all necessary labor, materials, and equipment as specified in the Performance Work Statement. Key participants include Ms. Junko Miyachi, the contact person for inquiries, and NAVFAC FAR EAST overseeing the contract. The document underscores the necessity of compliance with federal regulations concerning cybersecurity and contractor responsibilities regarding Government Furnished Information (GFI), particularly for handling sensitive data. Furthermore, there are guidelines and certifications required from bidders regarding business types such as small, veteran-owned, and women-owned enterprises. The submission deadline is set for October 18, 2024, reinforcing the competitive nature of federal procurements and the structured process governing contracts within the government sector.
    Lifecycle
    Title
    Type
    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.
    N40084 FACILITY SERVICIES, HOUSING EQUIPMENT CLEANING AT THE NAVAL AIR FACILITY ATSUGI AND COMBINED ARMS TRAINNG CENTER, CAMP FUJI
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking contractors for facility services related to housing equipment cleaning at the Naval Air Facility Atsugi and the Combined Arms Training Center at Camp Fuji, Japan. The contract will encompass a single award Indefinite Delivery/Indefinite Quantity type performance-based service contract, which includes both recurring and non-recurring work items such as cleaning drain pipes, dryer ducts, and water storage tanks to ensure sanitation and functionality. Interested offerors must be duly authorized to operate in Japan, comply with local regulations, and have an active registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Ms. Midori Otomo at midori.otomo.ln@us.navy.mil or by phone at +81-467-63-3144.
    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.
    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.
    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 for 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 items, while adhering to applicable Japanese laws and regulations. This initiative is crucial for maintaining the quality of government housing and ensuring operational efficiency for military personnel and their families. Proposals are due by September 24, 2024, with a minimum contract guarantee of JPY 100,000 and a maximum value of JPY 400,000,000 over five ordering periods from 2025 to 2029. Interested parties can contact Kenji Urasaki at kenji.urasaki.jp@us.af.mil for further information.
    Z--Z--YSK-4319 Asagao Heights Whole House Renovation, Commander Fleet Activities, Yokosuka, Japan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the whole house renovation of Asagao Heights in Commander Fleet Activities, Yokosuka, Japan. The project includes the replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to the kitchen and common spaces. There may also be options for exterior window repair and replacement of the elevator system. The estimated construction project cost is between $10,000,000 and $25,000,000 USD. The contractor must be authorized to operate in Japan and comply with all Japanese laws and regulations. The project must be completed within 660 calendar days after the award date. 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. This notice is not a commitment by the government to award a contract. For more information, contact Ryouhei Shindo or Nicole Koyanagi.
    M--Operation of Government-Owned Facilities
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) Services for Joint Region Marianas (JRM), Guam. Guam plays a key role in providing logistic and mission support to the operating forces for all U.S. military forces deployed in the Western Pacific. BOS Services are essential to military operations and facility maintenance on Guam and must be adaptable to JRM's ever-changing operational environment. The contract period of performance is anticipated to consist of a twelve-month base period, six 12-month option periods, and one 12-month option period. The Government intends to award a Cost-Plus-Award-Fee contract. The anticipated procurement is for operations services including General Information, Management and Administration, Port Operations, Ordnance, Facility Management, Facility Investment, Utility Management, Electrical, Wastewater, Steam, Water, and Base Support Vehicles and Equipment. A pre-proposal conference and site visit will be held on Guam. The solicitation will be available in electronic format only on the Federal Business Opportunities (FBO) website and the Navy Electronic Commerce Online (NECO) website. Offerors must be registered in the System for Award Management (SAM) database.
    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.
    Base Operations Support (BOS) Services U.S. Naval Support Activity (NSA) Souda Bay, Crete Greece
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Base Operations Support (BOS) Services at the U.S. Navy Support Activity (NSA) Souda Bay in Crete, Greece. The procurement encompasses a range of facility support services, including custodial, pest control, facility management, and transportation services, aimed at maintaining operational readiness and compliance with safety and environmental standards. This contract, structured as a Firm-Fixed Price (FFP) Indefinite-Delivery/Indefinite Quantity (IDIQ) agreement, is crucial for ensuring the effective management of over 35,000 square meters of federal property, with proposals due by 2:00 PM EST on October 4, 2024. Interested contractors should direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil.
    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.