Preventive Maintenance and Repair for Vertical Transportation Equipment (VTE) Systems in the U.S. Commander Fleet Activities Yokosuka (CFAY), Kanto Plain Area Japan
ID: N4008425B0401Type: Solicitation
Overview

Buyer

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

NAICS

Elevator and Moving Stairway Manufacturing (333921)

PSC

MAINTENANCE OF SHIP CONSTRUCTION AND REPAIR FACILITIES (Z1ED)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for preventive maintenance and repair services for Vertical Transportation Equipment (VTE) systems at the U.S. Commander Fleet Activities Yokosuka in Japan. The contract encompasses both recurring and non-recurring work items, structured over one base period and six one-year option periods, ensuring the functionality and safety of critical operational equipment. This procurement is vital for maintaining the operational readiness of military facilities, with bids required to be submitted in Japanese Yen by January 27, 2025, at 10:30 AM. Interested contractors can direct inquiries to Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil, and must comply with cybersecurity requirements as outlined in NIST SP 800-171.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an Amendment of Solicitation/Modification of Contract for Preventive Maintenance and Repair of Vertical Transportation Equipment (VTE) Systems at the U.S. Commander Fleet Activities Yokosuka, Japan. The primary purpose of the amendment is to address bidder inquiries and incorporate the FAR Clause 52.246-4, which pertains to inspection of services on a fixed-price basis. The critical update includes the extension of the bid opening date from January 17, 2025, to January 27, 2025, at 10:30 AM, allowing potential contractors additional time to prepare their submissions. Additional elements, such as inspection-related terms and the submission requirements for acknowledging receipt of the amendment, are specified to ensure compliance. This modification underscores the government's commitment to transparency and fairness in the bidding process for the contract pertaining to maintenance services of vital operational equipment, thereby enhancing safety and efficiency standards at the facility. Overall, this document reflects the regulatory framework guiding federal contracts and ensures effective communication with prospective contractors regarding changes in solicitation terms.
    This document is an amendment to a solicitation concerning the Preventive Maintenance and Repair for Vertical Transportation Equipment (VTE) Systems at the U.S. Commander Fleet Activities Yokosuka in Japan. It acknowledges the receipt of bidder inquiries and confirms that the bid opening date and time remain unchanged. The document maintains that all other terms and conditions from the original contract continue in effect. Bidders must formally acknowledge this amendment to avoid rejection of their offers. The communication ensures that the contracting process remains transparent and that all interested parties are updated. The amendment is part of the Navy's general contracting framework, emphasizing the necessity for clarity in federal procurement processes and the importance of responding appropriately to inquiries during the bidding process.
    The document is an amendment to a solicitation for Preventive Maintenance and Repair of Vertical Transportation Equipment Systems located at the U.S. Commander Fleet Activities Yokosuka, Japan. The amendment (designated as 0003) addresses bidder inquiries, provides updated specifications, and confirms that the bid opening date will remain unchanged. Key updates include modifications to specification section C 1502000 regarding certification, training, and licensing. The amendment is essential for informing potential contractors of changes that could impact their bids, ensuring they have the necessary information to comply with updated requirements. Compliance with acknowledgment protocols for the amendment is emphasized to prevent rejection of offers. This amendment demonstrates the ongoing administrative processes typical in federal RFPs, particularly in supporting contractor engagement and project alignment with government standards. Overall, it serves to clarify requirements and enhance contractor understanding of the solicitation's expectations.
    The document outlines a Request for Proposal (RFP) for preventive maintenance and repair services for Vertical Transportation Equipment (VTE) systems within the U.S. Commander Fleet Activities Yokosuka, Japan. The contract comprises both recurring and non-recurring work items and is structured in accordance with established criteria and procedures set by the Naval Facilities Engineering Command (NAVFAC). Key components include a defined timeline for recurring services, guarantees for minimum contract values, and specifics on pricing agreements. The contract mandates the submission of unit prices, management of work schedules, and adherence to quality management practices. It emphasizes the importance of contractor accountability, requiring compliance with safety and environmental regulations and performance assessments through a performance-based service acquisition method. Additionally, the document delineates requisite qualifications for key personnel, the necessity of inspections, and the protocol for contractor training and certifications. The overall goal is to ensure high-quality service delivery and maintain operational standards, aligning with the government’s objectives for effective utilization of resources in a military context.
    The document outlines the identification requirements for guests to obtain a One Day Guest Pass in Japan. It specifies acceptable forms of identification, including the Basic Resident Registration Card, Japanese Driver's License (which must include a place of birth), Japan/Foreign Passport (with valid visa for non-Japanese), and Resident Card (with valid visa and expiration date). Notably, minors under 12 do not require ID, while those aged 13 to 17 can use school IDs, but must be accompanied by a parent or guardian after 5 PM. Additionally, it details supplementary documents that may be required for a Japanese Driver's License. The My Number Card, a valid ID for Japanese nationals, is also mentioned, highlighting restrictions against copying the card's back due to Japanese laws. This document serves as a guideline for visitor identification processes, crucial for maintaining security protocols during events or at specific locations. It ensures compliance with established policies regarding guest access, particularly in contexts where observation of identity is mandatory.
    The document discusses the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, established by the U.S. Department of Defense (DOD) in 2016. This guideline addresses information security management, particularly in relation to Controlled Unclassified Information (CUI), following incidents involving information leaks in defense procurement. Vendors participating in DOD contracts must perform a self-assessment using the Supplier Performance Risk System (SPRS), particularly for bids and contracts outside of standard product purchases. The document emphasizes the necessity for companies to maintain updated assessments every three years and highlights the importance of consulting legal and cybersecurity experts about compliance. It outlines procedural steps for vendors to self-assess and input their scores into the SPRS, alongside providing resources for training and further information. Additionally, companies forming joint ventures also require individual assessments. This system ensures that companies adhere to the security protocols deemed necessary by the DOD, streamlining compliance in government contract engagements.
    The document outlines a Request for Proposals (RFP) for Project Management (PM) Program Services pertaining to Vertical Transportation Equipment (VTE) Systems across various base periods and option periods, starting from April 2025 to March 2032. It includes both recurring services covering a one-year period and non-recurring services that require task work negotiation upon order receipt. The pricing structure follows a line-item system, detailing quantities, units, and amounts for different project phases, with an emphasis on compliance with established specifications and guidelines. The continuous service offerings are categorized into multiple lines, addressing specific needs like emergency, urgent, and routine maintenance for facilities collectively maintained under the Department of Defense. Different portions of the service orders are allocated for various sectors such as DODDS, CFAY, DLA, Housing, NEX, and Navy Lodge. The project's purpose is to provide an organized framework for offering comprehensive PM services within a structured timeline, ensuring quality maintenance and adherence to safety standards. The detailed pricing approach and clear delineation of tasks and responsibilities indicate a focus on transparency and efficient resource allocation for upcoming projects.
    The document is a Pre-Bid Inquiry Form associated with the Invitation for Bid (IFB) No. N40084-25-B-0401, which focuses on a Preventive Maintenance Program and service order for vertical transportation equipment systems at U.S. Commander Fleet Activities in the Kanto Plain, Japan. The form serves as a structured means for offerors to submit inquiries regarding the bid. It includes fields for the date, questions referencing specific sections or paragraphs of the bid, and responses from the government. The completion of this form is to be submitted as an email attachment. This inquiry process is essential for clarifying requirements and ensuring that potential contractors have a clear understanding of expectations, which is a critical aspect in the context of government RFPs to achieve effective procurement and contract execution.
    The document is a record of pre-bid inquiries related to Invitation for Bid (IFB) No. N40084-25-B-0401 concerning a preventive maintenance program for vertical transportation equipment systems at U.S. Commander Fleet Activities in Kanto Plain, Japan. It addresses various questions from contractors regarding service orders, responsibilities for damages, bidding timelines, and specific operational requirements. Key clarifications confirm that contractors will be responsible for damage costs under certain circumstances and that the bid submission deadline has been extended to accommodate year-end holidays. Furthermore, the scope of service orders extends beyond the listed inventory items, and contractors are tasked with arranging fire alarm tests. The document emphasizes compliance with set specifications while ensuring clarity on operational logistics necessary for the contract execution. This inquiry record serves to facilitate informed bidding and compliance among contractors participating in government projects.
    The document outlines the specifications for the "1502000 – Facility Investment" project focused on Sustainment, Restoration, and Modernization (SRM) activities for facility management within the Navy. The primary aim is to maintain and upgrade infrastructures, particularly related to Vertical Transportation Equipment (VTE), ensuring they function effectively and safely. Key sections include management requirements, personnel certifications, special workmanship standards, and a clear structure for recurring and non-recurring service orders. The contractor must develop and implement a robust maintenance program, including emergency, urgent, and routine service orders, ensuring minimal disruption to government operations. Critical aspects involve adhering to certification requirements for personnel, maintaining compliance with local and federal regulations, and managing historical preservation standards for designated sites. Additionally, training programs for Navy firefighters on elevator rescue operations are included. In summary, the document establishes comprehensive guidelines for maintaining Navy facilities, with a strong emphasis on safety, compliance, and effective operation of systems while detailing the responsibilities of the contractor in maintaining these standards.
    The document outlines a request for proposal (RFP) concerning the preventive maintenance and repair of vertical transportation equipment systems for the U.S. Commander Fleet Activities in Yokosuka, Japan. The solicitation refers to two primary types of services: recurring and non-recurring tasks, scheduled over several option periods ranging from April 2025 to March 2032. Each task mandates contractors to provide labor, supervision, tools, materials, and related services as defined in the attached Performance Work Statement. Key details include the requirement for bids to be priced in Japanese Yen with payments being made in Yen upon contract award. The bid submission deadline is set for January 17, 2025. Crucially, the proposal is set aside for small businesses, which raises accessibility for those enterprises. The document also contains various clauses and compliance terms relevant to cybersecurity and government contractor conduct. Overall, this solicitation reflects the government's initiative to ensure reliable maintenance of critical systems while simultaneously supporting small business engagement in federal contracting processes.
    The document is a Sources Sought Notice from the U.S. Commander Fleet Activities Yokosuka in Japan, soliciting information from contractors interested in providing preventive maintenance and service for Vertical Transportation Equipment (VTE) systems. It requests general contractor information, including firm name, contact details, and qualifications for conducting business in Japan, and allows contractors to express their interest in performing as either a prime contractor or a subcontractor. Additionally, the file details the process for contractors to present their relevant project experiences through a separate form that includes project specifics, completion percentages, contact information, and a narrative project description. Key areas of work include janitorial services, pest control, maintenance, and minor construction. Contractors must provide documentation of their experience to demonstrate eligibility for participation in future contracts. The submission deadline is set for 1 October 2024, with specific instructions indicating that phone calls or facsimiles will not be accepted, and submissions should be via email. The notice reflects the government’s aim to gather qualified contractor information for upcoming service orders related to VTE systems, indicating a proactive approach to maintaining critical infrastructure.
    The document is a Sources Sought Notice issued by the Naval Facilities Engineering Systems Command (NAVFAC) Far East for a Firm Fixed Price contract focused on the Preventive Maintenance Program and Service Orders for Vertical Transportation Equipment (VTE) Systems at U.S. Commander Fleet Activities Yokosuka, Japan. The primary objective is to identify qualified contractors capable of performing maintenance, inspections, and certifications for VTE systems, which include elevators and moving stairways, from April 2025 to March 2032. Interested contractors must be authorized to conduct business in Japan and comply with local regulations. They are required to submit qualifications and other relevant information by October 1, 2024, to assist NAVFAC in acquisition planning. This notice emphasizes that it is not a request for proposals, and no binding contracts will be formed based on responses, which will be kept confidential. The document outlines specific submission requirements, including details about contractor operations in Japan and any subcontractor relationships. This Sources Sought Notice serves as a preliminary step in identifying potential service providers in the context of government procurement efforts within federal and local guidelines while facilitating future contracting processes for vertical transportation maintenance services in Japan.
    Similar Opportunities
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM FAR EAST, is seeking proposals for the procurement of two 36-meter aerial platforms for use at NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, and meet specific mandatory characteristics, including a minimum loading capacity of 450 kg and compliance with Japanese Industrial Standards (JIS) or International Organization for Standardization (ISO) standards. These aerial platforms are critical for various operational tasks within the naval facilities, ensuring safety and efficiency in maintenance and construction activities. Interested vendors should note that the quote due date is December 23, 2025, and must direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil for further clarification.
    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.
    USS Rafael Peralta (DDG-115)6A1 CMAV ICN/KO: 38K6A99101-A01,38K6A62501 -A01
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for scaffolding installation and removal services in support of the USS Rafael Peralta (DDG-115) at Yokosuka Naval Base, Japan. The contract is specifically aimed at firms with an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) that are authorized to operate in Japan, emphasizing compliance with NAVSEA and SRF-JRMC standards for quality assurance and operational procedures. Proposals must be submitted by December 19, 2025, at 10:00 AM Japan Standard Time, with access to detailed work specifications available through DoD SAFE upon request by December 15, 2025. Interested parties can contact Yoko Yamaguchi at yoko.yamaguchi.ln@us.navy.mil for further inquiries.
    Maintenance of Diesel Generator
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting proposals for the maintenance of a diesel generator (Model: DCA-800SPK, Manufacturer: Denyo Co., Ltd.) at the US Naval Base in Yokosuka, Japan. The selected contractor will be responsible for replacing batteries, engine oil, coolant, various filters, hoses, and conducting checks on multiple components, including a required load test, while ensuring the proper disposal of waste materials. This maintenance service is crucial for the operational readiness of the generator, which plays a vital role in supporting naval operations. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by the specified deadline, with the contract period running from March 1, 2026, to June 30, 2026. For further inquiries, potential bidders can contact Janice Arrieta at janice.o.arrieta.ln@us.navy.mil or by phone at 0468162793.
    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) 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
    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 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.
    Berthing and Messing Barge YRBM-57 Intermediate Maintenance Availability (IMAV)
    Dept Of Defense
    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.
    WORK BOAT MEDIUM-1 (WBM-1) PROPELLER AND SHAFT SEAL REPLACEMENT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Work Boat Medium-1 (WBM-1) Propeller and Shaft Seal Replacement project, scheduled for February 1 to February 28, 2026, at Yokosuka Naval Base, Japan. This contract involves the replacement of the port and starboard propellers and the port shaft seal on the WBM-1 work boat, which is critical for supporting Commander, Fleet Activities Yokosuka's port operations. Contractors must adhere to strict safety and engineering standards, providing all necessary labor and materials while ensuring compliance with occupational health and security requirements. Interested firms must submit their proposals by December 22, 2025, and can request access to detailed work specifications via email by December 16, 2025. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    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 and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    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.