N40084 REPLACE WATER SOFTENER RESIN AT B226, 1504, 1521, AND 1600 AT NAF ATSUGI, JAPAN
ID: N4008425T8007Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER UTILITIES (Z2NZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for the replacement of water softener resin at multiple buildings (B226, 1504, 1521, and 1600) at the U.S. Naval Air Facility in Atsugi, Japan. Contractors are required to provide all necessary labor, materials, and equipment to complete the project, and must be duly authorized to operate in Japan, complying with local laws and regulations. This procurement is critical for maintaining the operational efficiency of water systems at the facility, ensuring compliance with safety and quality standards. Interested contractors must submit their proposals in Japanese Yen by April 30, 2025, and are encouraged to contact Hikari Yamanomoto at hikari.yamanomoto.LN@us.navy.mil for further inquiries regarding the solicitation.

    Files
    Title
    Posted
    The document pertains to a site visit requested for a federal solicitation numbered N4008425T8007, which involves replacing water softener resin at the U.S. Naval Air Facility (NAF) in Atsugi, Japan. The site visit is scheduled for March 27, 2025, at 1:30 PM, with participants meeting at the NAF Atsugi main gate 30 minutes prior. The submission deadline for proposals is set for April 17, 2025, at 2:00 PM. An escort named Hikari Yamanomoto will be provided for the visit, and the document includes a section for attendees to list their nationality, company name, contact information, and confirm whether a government escort is required. This RFP highlights the procedural aspects of government contracting related to facility maintenance, emphasizing the importance of site inspections prior to bid submissions.
    The document is a Pre-Proposal Inquiry (PPI) Form related to Solicitation No. N4008425T8007, designed for potential offerors to submit questions regarding a federal Request for Proposal (RFP). It includes fields for offeror identification, such as name, address, contact information, and a structured format for posing up to ten questions. Each question must reference specific sections, paragraphs, or pages of the solicitation document to ensure clarity and relevance. This form serves as a vital communication tool that facilitates clarification and engagement between the government and potential contractors, aiming to enhance the quality and comprehensiveness of proposals submitted in response to the RFP. The emphasis on structured inquiries aligns with federal procurement practices, promoting transparency and informed decision-making in the proposal process.
    This document is a formal authorization letter from a surety company appointing specific personnel as authorized signatories for bid bonds and performance bonds on behalf of a named company. The letter includes spaces for the names, job titles, and seals of three designated individuals. Additionally, it requires a company seal and the signature of a representative from the surety, who must also include their name and title. The structure of the document clearly outlines the roles and responsibilities of those authorized to sign on behalf of the company, underscoring the importance of having recognized individuals accountable for bonds related to government contracts. This framework is essential in the context of federal RFPs (Request for Proposals), grants, and state and local RFPs, ensuring compliance and financial backing for contractual obligations.
    The document is an amendment to solicitation N4008425T8007 for the replacement of water softener resin at U.S. NAF Atsugi, Japan. The amendment, designated as 0001, introduces changes specifically related to bonding requirements for offers submitted for this solicitation. It establishes that a performance bond is mandatory, detailing acceptable sureties and requirements under Japanese law. Corporations must receive approval from the Ministry of Finance, Japan, while guarantees from Japanese banks are also acceptable. Individual sureties must comply with specific conditions to be deemed acceptable by the government. Furthermore, the bonding company or bank must register with the contracting office prior to issuing any bond or guarantee. The amendment clarifies that if a contractor intends to use a check for bonding, it must come from an appropriate bank or financial institution. All other terms and conditions of the original solicitation remain unchanged. This document is part of a typical federal procurement process to ensure compliance and financial security in government contracts.
    The document is an amendment to solicitation number N4008425T8007 concerning the replacement of water softener resin at various U.S. facilities in Atsugi, Japan. Issued by NAVFAC Far East, this amendment provides essential updates and clarifications to contractors regarding bidding procedures, including a bid closing date of April 17, 2025. It outlines the requirement for bid guarantees based on the final award amount and specifies the project's estimated value between ¥25,000,000 and ¥50,000,000. Furthermore, contractors are advised on the bonding requirements and submission instructions, including the need for a bid bond, financial statements, and joint venture agreements if applicable. The document emphasizes compliance with specific regulations, including the requirements set by Japanese banking laws for bonding. Overall, the amendment ensures that potential bidders are aware of the updated terms, deadlines, and necessary documentation for a successful proposal.
    The document discusses Amendment 0003 to the solicitation N4008425T8007, related to replacing water softener resin at multiple buildings at U.S. NAF Atsugi, Japan. It formalizes responses to contractor inquiries from previous amendments and outlines clarifications regarding bid bonds and performance bonds required for contractor offers. Specifically, it addresses questions regarding the minimum award amount for bond requirements, the signing authority for bond forms, and the extended bid closing date from April 17, 2025, to April 30, 2025. The amendment emphasizes that all other terms and conditions of the solicitation remain unchanged. This letter is part of a federal request for proposals (RFP), which indicates the government's procedure for modifying contract solicitations. Maintaining compliance and clarity in contractual obligations is essential for prospective contractors. The document ensures that the process is transparent, providing necessary adjustments while upholding the integrity of vendor submissions during the bidding process.
    This document is an amendment to a solicitation concerning the replacement of water softener resin at various buildings within the U.S. NAF Atsugi, Japan, under solicitation number N4008425T8007. The amendment, identified as 0004, addresses contractor inquiries regarding bonding company registration and the extension of the pre-qualification inquiry (PQI) due date. The government clarified that a company's letter can be validated with an official seal and typed title instead of a handwritten signature. Additionally, the PQI deadline was extended from April 7, 2025, to April 14, 2025, at 10:00 AM to allow sufficient time for compliance adjustments following a prior deadline extension. All other terms of the original solicitation remain unchanged, indicating the government's commitment to facilitating a fair bidding process while ensuring compliance with regulatory requirements. This amendment exemplifies the government's responsiveness to contractors' inquiries and demonstrates the procedural integrity essential in federal contracting processes.
    The document AMENDMENT OF SOLICITATION N4008425T8007 pertains to the project for replacing water softener resin at various buildings within the U.S. NAF Atsugi, Japan. This amendment addresses contractor inquiries, providing essential responses related to operational days of water softeners, the availability of maintenance documentation, and stipulations regarding simultaneous work on different units. Specific responses include limits on operational downtime for each unit, confirmation that historical information for water softeners will be available post-award, and an affirmation of the required condition of maintaining one operational unit during replacement work. The amendment also clarifies logistical issues such as the availability of power sources, space for scaffolding, and approved workspace parking. It emphasizes that all other terms and conditions related to the solicitation remain unchanged. This amendment not only outlines procedural expectations and contractor responsibilities but also ensures that the project adheres to operational efficiency and safety standards during execution. Overall, it serves to enhance communication and understanding between the government and potential contractors regarding project execution.
    The document is an amendment (0006) to the solicitation N4008425T8007 regarding the replacement of water softener resin at several buildings at the U.S. NAF Atsugi in Japan. It addresses the contractor's inquiries related to the return of original bid bonds after contract award and provides official responses from the government. The government has stated that the original performance bond will not be returned, but a formal letter confirming its invalidity may be issued for unsuccessful bidders, while successful bidders will receive a letter upon project completion for bond release. All other terms and conditions of the solicitation remain unchanged. The amendment is part of the federal procurement process, ensuring clarity and transparency in contract management and compliance with established guidelines.
    The NAVFAC Far East is soliciting quotations under Request for Quotations N4008425T8007 for the replacement of water softener resin at various buildings within the U.S. Naval Air Facility in Atsugi, Japan. Quoters are required to submit proposals in Japanese Yen and must be duly authorized to conduct business in Japan, holding the necessary construction licenses. The documents state that no public opening will occur and specify a site visit on March 27, 2025, to review the project location. Proposals must meet technical and financial qualifications, complete specific certifications, and comply with security measures regarding sensitive information. The contract stipulates distinct inspection and acceptance terms and identifies potential amendments and pre-quotation inquiries. Potential offerors must register in the System for Award Management (SAM) for eligibility. Safety, compliance with local laws, and adherence to government regulations are emphasized throughout the solicitation process, highlighting the commitment to quality and safety standards in government contracting.
    Similar Opportunities
    Oily Wastewater Treatment Service
    Dept Of Defense
    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.
    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.
    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.
    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.
    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.
    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.
    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 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.
    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 platform loading capacity of 450 kg, compliance with JIS or ISO standards, and various safety and operational features. This procurement is critical for supporting operations at the U.S. Navy base in Yokosuka, ensuring that the necessary equipment is available for maintenance and operational tasks. Interested contractors must submit their bids by December 23, 2025, at 2:00 PM Japan Standard Time, and can direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    Sodium Hydroxide (NaOH) and Hydrochloric Acid (HCl) Chemicals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Yokosuka, is soliciting bids for the procurement of Sodium Hydroxide (NaOH) and Hydrochloric Acid (HCl) chemicals for the NAVFAC FE Yokosuka Boiler Plant. This contract requires the successful contractor to deliver specified quantities of these chemicals monthly from January to June 2026, adhering to Japanese Industrial Standards (JIS) and local regulations regarding poisonous substances. The acquisition is set aside for Women-Owned Small Businesses (WOSB), emphasizing the importance of safe transportation and compliance with Japanese regulations, including the provision of Material Safety Data Sheets (MSDS) in English. Interested parties must demonstrate their ability to operate in Japan and submit their quotations as prime contractors, with additional documentation potentially required prior to award. For inquiries, contact Arisa Hirashima at arisa.hirashima2.ln@us.navy.mil.