Okinawa, Japan Scrap Removal and Recycling
ID: SP450024R0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISPOSTION SERVICE - EBSBATTLE CREEK, MI, 49037-3092, USA

NAICS

Other Nonhazardous Waste Treatment and Disposal (562219)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)
Timeline
    Description

    The US Defense Logistics Agency (DLA) seeks proposals for a firm-fixed-price, indefinite delivery/indefinite quantity contract to manage scrap removal and recycling across various military sites in Okinawa, Japan. With a focus on demilitarization and de-manufacturing, the contract aims to ensure the proper disposal of hazardous waste, valuing environmental compliance and host nation laws. The contract, worth an estimated ¥2,775,000 for the 18-month base period, requires experience in waste management, transportation, and recycling, while adherence to stringent technical requirements and past performance are key evaluation criteria. Proposals are due by 1500 EST on August 14, 2024, with additional details and attachments outlining workload history, collection sites, and contract terms.

    This comprehensive procurement aims to maintain efficient waste management operations and disposal of varied scrap materials at US military installations in Japan, reflecting the government's commitment to a sustainable and secure approach to managing its waste.

    Files
    Title
    Posted
    This file details a procurement schedule for waste management and recycling services, with a focus on scrap collection and processing at military sites in Okinawa, Japan. The procurement objective is to secure a contractor to manage scrap collection sites and handle a wide range of waste materials, including metals, textiles, plastics, electronics, appliances, and more. The schedule outlines specific quantities and categories of waste items, with associated unit measurements and Scrap Classification List (SCL) codes. For example, under Category 1 CLINs, the procurement seeks unprepared heavy melting iron and steel scrap (CLIN 2003KA) totaling 2,099,530 pounds, and mixed paper free of non-paper substances (CLIN 2004KA) totaling 1,664 pounds. Category 2 CLINs cover items with no market index, including electrical waste, appliances, wood scrap, and more, with similar quantity and unit details provided. The scope of work for the contractor includes the management of scrap collection sites, with specific tasks such as the collection, sorting, processing, and potential sale of scrap materials. While contract details are not explicitly stated, the file indicates a base period for 2023, with an 18-month first option period, suggesting a potential contract timeline. Key dates are not specified, but the presence of two schedule tables suggests a continuation or renewal of services, indicating an ongoing procurement need. Overall, this procurement file outlines a comprehensive waste management and recycling operation, with a focus on proper segregation, processing, and potential reuse or recycling of a broad range of waste materials generated at military sites in Okinawa.
    This document, "Japan Scrap," is an attachment to a government contract, outlining definitions related to the disposal and demilitarization of scrap material in Japan. The primary objective of the procurement is to establish a contract for the proper handling, de-manufacturing, demilitarization, and disposal of scrap and hazardous waste generated by DLA Disposition Services Sites in Japan, with specific sites mentioned, including Misawa, Sagami, Iwakuni, and Okinawa. The definitions provided give insight into the scope of work and technical requirements for the contractor. The contractor will be responsible for de-manufacturing, which involves completely destroying and disassembling electrical and electronic equipment, as well as segregating and sorting scrap materials into appropriate categories. Demilitarization, or "Demil," is a critical process to eliminate offensive or defensive capabilities from military equipment, and the contractor must ensure this process is carried out effectively. The contract also emphasizes the roles of key personnel, including the Contracting Officer (KO), Contracting Officer's Representative (COR), and the Certifier/Verifier, who oversee and certify the proper execution of demilitarization and disposal processes. The definitions of "Hazardous Material" and "Hazardous Waste" highlight the need for specialized handling and disposal in accordance with host nation laws. While specific contract details such as type and value are not mentioned, this document provides a comprehensive framework for understanding the technical aspects and requirements of the procurement, ensuring that the contractor has the expertise and capabilities to handle scrap and waste disposal, demilitarization, and de-manufacturing in a manner that meets the standards and security requirements of the government. Critical dates and evaluation criteria are not included in this document, which is primarily focused on establishing a shared understanding of terms and setting the stage for the detailed scope of work and technical specifications to be outlined in subsequent sections of the RFP.
    This document is a standard government order form for supplies or services, with specific details about the procurement outlined as follows: The objective is to procure an unspecified quantity of "Japan Scrap," with the delivery terms specified as "FOB Destination." The contractor is to deliver the ordered quantity to the specified FOB point, with the understanding that the business is small and potentially women-owned. Invoicing and payment details are provided, with instructions to mark all packages and papers with the relevant identification numbers. The total quantity ordered and unit price are left blank, to be specified at a later stage, with the total amount calculated accordingly. The scope of work for the contractor is straightforward: to provide the ordered quantity of "Japan Scrap" and ensure proper delivery to the designated FOB point. The acceptance section of the form indicates that the contractor accepts the terms and conditions set forth, agreeing to perform as specified. Key dates, such as the issue date and delivery date, are left unspecified in this particular form. Standard administrative procedures and evaluation criteria related to government orders apply but are not explicitly detailed in this document. Overall, this document serves as a concise and standardized order form, initiating the procurement process for "Japan Scrap" by inviting the contractor to furnish the requested supplies according to the specified terms and conditions.
    Procurement Objective: The objective is to outline the operating hours and access information for the Defense Logistics Agency (DLA) Disposition Services site in Okinawa, Japan, and its forward collection sites. Specifications and Requirements: The DLA Disposition Services site in Okinawa has specific operating hours of Monday to Friday, 7:00 a.m. to 3:00 p.m., excluding U.S. government holidays. Access is not permitted during the lunch hour of 11:30 a.m. to 12:30 p.m. The address for the site is provided as Camp Kinser, Building 340, C Street. Forward collection sites' operating hours will be communicated by the Contracting Officer's Representative (COR) at the time of task order issuance and may be subject to change, with the COR keeping the contractor informed. Scope of Work: The contractor is responsible for being aware of and adhering to the provided operating hours and access guidelines for the DLA Disposition Services site and forward collection sites in Okinawa. Key Dates: N/A Evaluation Criteria: N/A This summary outlines the accessibility and operating hours for the DLA Disposition Services site and its forward collection sites in Okinawa, Japan, ensuring that contractors are aware of the specific times and address for conducting business or deliveries at these locations. The COR is responsible for communicating any changes to the operating hours, particularly for the forward collection sites, to keep the contractor informed throughout the contract.
    This document, titled "Shipment Receipt/Delivery Pass," appears to be a standard form used by the government to facilitate the release and delivery of procured items. While it does not provide details about the specific goods or services being procured, it outlines the key information and signatures required for releasing and receiving shipments. The form includes sections for essential details such as the purchaser or agent information, the name and location of the releasing activity and installation, invitation and contract numbers, a description of the material, quantities, and relevant dates and signatures. This form is likely a standard component of the procurement process, ensuring proper documentation and control over the movement of goods.
    This attachment outlines forward collection sites for scrap material in Japan, specifically in Okinawa, as part of a procurement process. The objective is to establish collection points for scrap materials generated at these military installations, with the potential for additional sites to be added after contract award. The sites listed include Torii Station, Naha Port, Naval Base White Beach, and Courtney Tengan's Anchorage Camp, all located in Okinawa Prefecture, Japan. The procurement allows for flexibility, stating that additional pick-up locations within the same installation can be added at no extra cost if conditions remain similar. This suggests that the government is seeking a dynamic and adaptable scrap collection service, capable of accommodating multiple sites and potential changes during the contract period. While specific quantities or values of scrap materials are not mentioned, the attachment indicates that the contract will involve multiple locations and a potential for variation in the types and amounts of scrap handled, with individual Contract Line Items (CLINs) assigned accordingly. Key dates and evaluation criteria are not evident from this attachment, but it does provide insight into the geographic scope and potential evolution of the procurement.
    The document provides an inventory of equipment located in Okinawa, Japan, that appears to be part of a scrapyard or recycling operation. The list includes heavy equipment and machinery such as excavators, forklifts of varying capacities, shredders of different sizes, and a plasma cutter. Each entry details the equipment type, manufacturer, model, and year, followed by a registration number. While there are no explicit procurement objectives or contract details mentioned, the document likely indicates a current inventory of assets, which could inform future procurement decisions or be used for maintenance and operational planning. The equipment seems to be well-maintained, with a range of ages, and is ready for deployment or utilization in ongoing operations.
    This document, titled "DLA Form 2505," serves as a comprehensive record for the disposal of hazardous waste and is to be completed by contractors involved in the treatment, storage, and disposal of such waste. The form covers various aspects of the process, ensuring proper tracking and documentation. The procurement objective is to obtain services for the safe and compliant disposal of hazardous waste, with a focus on detailed record-keeping and adherence to environmental regulations. Specifications include precise quantities of waste to be picked up and disposed of, with corresponding manifest and EPA identification numbers. Contractors are responsible for providing accurate data on the treatment, storage, and final disposal of hazardous waste, including interim steps and the use of appropriate management method codes. While contract details are not explicitly stated, the form emphasizes the importance of accurate reporting and compliance with disposal regulations, with a signature block for certification of the reported data. Key dates pertain to the acceptance and disposal of waste by TSDFs, with specific attention to tasks requiring a Certification of Destruction (CD) or Certification of Recycling (CR). This form is a tool to ensure proper hazardous waste disposal procedures and maintain a transparent, auditable trail of the waste's journey from pickup to final disposal, with contractors playing a crucial role in providing accurate and timely information.
    The document outlines an RFP for the disposal of scrap materials from a US government facility in Okinawa, Japan. The procurement objective is to find a contractor who can transport, process, and dispose of various categories of scrap materials, with specific requirements for different types of waste. The scope of work includes identifying and utilizing approved treatment, storage, and disposal facilities, as well as transporters, with a focus on in-country disposal. The contract type is not explicitly stated, but there is a mention of evaluating offered prices for reasonableness. The submission deadline is not provided, but there is a reference to a pre-solicitation site visit scheduled for a specific date and time. The evaluation criteria emphasize the importance of past performance and technical capabilities, with price being a factor as well. The technical proposal will be rated as acceptable if it includes completed facility and transporter profile sheets, along with valid registrations, licenses, or confirmation of applications for required CLINs. The RFP also includes numerous clauses and provisions that apply to the acquisition, covering a range of topics such as cybersecurity, subcontracting, and payment instructions.
    This document is a Past Performance Information (PPI) Questionnaire intended to gather information about an offeror's past performance on a specific contract as part of a source selection process for a Defense Logistics Agency (DLA) Disposition Services solicitation. The procurement objective is to secure hazardous waste removal, transportation, and disposal services for military installations in and around Okinawa, Japan. The questionnaire is addressed to a previous client of the offeror, requesting an evaluation of the offeror's performance on a referenced contract. Section 1 of the questionnaire is to be completed by the offeror, providing basic information such as firm name, address, and contact details, as well as reference contract details including title, POC, contract value, performance location, and a description of contract requirements. Section 2 is to be completed by the offeror's reference, and it includes a rating scale and evaluation criteria for five elements: Quality of Product/Service, Schedule, Management, Regulatory Compliance, and Other Comments. The reference is asked to provide ratings and, if applicable, examples of how the contractor exceeded or failed to meet contract requirements for each sub-element within these broader elements. While contract details are not explicitly stated, the questionnaire's focus on past performance evaluation indicates that the procurement will likely involve a competitive selection process where offerors' previous experience and performance are key factors in the award decision. The critical date to note is the due date for completed questionnaires, which aligns with the offer submission deadline. Overall, this file provides insight into the government's information-gathering process for assessing offerors' past performance, which will influence the selection of a contractor to provide hazardous waste management services for military installations in Okinawa, Japan.
    This file details a complex pricing schedule for a variety of scrap materials, with a focus on the 18-month base period for locations in Okinawa, Japan. The procurement objective is to establish pricing for a wide range of scrap materials, categorized into two main groups: Category 1 CLINs with market index-based pricing and Category 2 CLINs with no market index. The specifications and requirements are extensive, with each category containing numerous subclasses of scrap materials. For example, Category 1 includes items like cardboard, textile scrap, copper wire, and lead, while Category 2 covers items such as wood scrap, rubber tires, plastics, and demilitarization materials. The pricing schedule provides estimated quantities and unit prices for each type of scrap material, with prices listed in Japanese yen (¥). The scope of work for this contract involves the management of scrap collection sites and the provision of defense base insurance for personnel. The contract details are not explicitly stated, but the pricing schedule suggests a firm-fixed-price arrangement, with prices set for each type and quantity of scrap material. Key dates and evaluation criteria are not specified in this file. However, it is worth noting that the index month for the Shigen Shinpou Index Price, which influences the pricing, is listed as February 2024. In summary, this file presents a comprehensive pricing schedule for a range of scrap materials, with specific quantities and unit prices listed in Japanese yen. The procurement objective is to establish pricing for two main categories of scrap materials, with an emphasis on the 18-month base period for locations in Okinawa, Japan. The scope of work includes site management and insurance coverage, and the contract details imply a firm-fixed-price arrangement.
    The government seeks to procure comprehensive scrap metal management services for bases in Okinawa and Iwakuni over 18-month periods. The objective is to recycle and dispose of various metals, including copper, aluminum, steel, lead, and brass. The RFPs outline detailed quantities and requirements for each metal type, such as poundage and purity standards. Contractors would manage scrap collection at specified sites, ensuring proper handling and adherence to environmental regulations. The work entails collection, sorting, baling, and transportation for recycling or disposal, with some tasks requiring specialized handling like demanufacturing electronics and managing asbestos-contaminated scrap. The RFPs emphasize the use of local labor and compliance with host nation laws. Evaluation criteria include price, past performance, and technical merit, with a focus on understanding the scrap metal market and adherence to environmental regulations. Key dates involve submission deadlines and anticipated contract start dates. These RFPs outline a comprehensive approach to managing scrap metal waste, aiming for environmentally responsible disposal while supporting the local economy.
    This Facility Profile Sheet, labeled as Attachment 12 and titled "Okinawa Scrap," aims to gather information about a facility's capabilities and processes for waste and scrap disposal or recycling. While it does not explicitly state the procurement objective, it appears to be part of a larger RFP process related to waste management and recycling services. The sheet requests specific information about the facility, including its name, address, contact details, and owner(s). The key aspect of this document is the comprehensive table where each type of waste or scrap that will be processed at the facility must be identified, along with the corresponding disposal or recycling process and CLIN (Contract Line Item Number) associated with that process. This table serves to outline the scope of work for waste/scrap handling and ensures that vendors provide clear processes for each category of waste. While there are no explicit quantities or technical specifications mentioned, the facility profile sheet indicates that vendors will need to provide detailed information about their waste/scrap handling capabilities and the specific processes they employ, ensuring compliance with appropriate disposal or recycling methods. This document is likely just one component of a larger RFP, and additional sections would provide further context, including contract details, key dates, and evaluation criteria, which are essential for a complete understanding of the procurement process and objectives.
    The Transportation Profile Sheet, Attachment 13, for the "Okinawa Scrap" project focuses on procuring transportation services for the movement of waste or scrap commodities. The objective is to identify a qualified transporter with the necessary permits, authorizations, and licenses to handle such materials. The sheet serves as a profile for transporters, requesting information such as their ID number from the DLA list of approved transporters, contact details, and owner/representative information. A significant portion of the sheet is dedicated to detailing the permits held by the transporter, including the permitting authority, permit number, expiration date, countries authorized, and the specific waste/scrap types covered. This attachment aims to gather comprehensive data on the legal and operational capabilities of potential transporters to ensure they meet the requirements for safely and legally transporting waste or scrap goods. While contract details and values are not specified, the scope of work for the transporter includes providing reliable and compliant transportation services, with key dates and evaluation criteria likely centered around timely and efficient movement and delivery of the waste/scrap commodities.
    The file presents scrap material prices in Japan, with the objective of providing an index for various categories of scrap materials. The procurement focus is on the valuation of these materials, which include cardboard, heavy steel, paper scrap, textile scrap, and various types of metal scrap (such as copper, brass, lead, and aluminum). Specifications are given in terms of price per kilogram, with conversions to pounds, and the index month is specified as February 2024. The scope of work for vendors or contractors is not explicitly stated, but they would likely be involved in supplying or trading these scrap materials based on the provided index prices. No contract details or key dates are mentioned. This file serves as a reference for pricing rather than a traditional RFP or grant.
    The Defense Logistics Agency (DLA) is seeking a contractor to provide scrap removal, demilitarization, mutilation, and de-manufacturing services for the DLA Disposition Services site in Okinawa, Japan, as well as designated Forward Collection Sites (FCS). The contract is firm-fixed-price, indefinite delivery/indefinite quantity, with a 18-month base period and two 18-month option periods. The contractor will be responsible for managing scrap collection sites, transporting, recycling, and disposing of scrap materials, including special handling requirements for certain items. They must comply with all relevant laws and regulations, particularly those related to the environment and safety. The contractor will also need to obtain necessary licenses and permits, provide various reports, and ensure proper security measures. The DLA will provide some equipment and facilities, while the contractor furnishes vehicles, containers, and other necessary items. The estimated contract value ranges from ¥2,775,000 for the base period to up to 300% of that value for each option period. The DLA will issue task orders based on unit prices, with adjustments for actual weights removed. The contractor will be paid based on the awarded contract price schedule.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Hoppers for multiple DLA Disposition Services location in Pacific. (Gimcheon, Iwakuni, Okinawa, and Misawa)
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of self-dumping hoppers for multiple locations in the Pacific, specifically in Gimcheon, Iwakuni, Okinawa, and Misawa. The contract requires the supply of hoppers with capacities ranging from 2.5 to 5 cubic yards, both with and without lids, adhering to stringent specifications regarding construction, safety features, and transportability. This procurement is crucial for the DLA's mission to efficiently manage and dispose of excess military property, ensuring compliance with federal regulations throughout the process. Interested contractors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified date, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
    Gulf Coast Regional Hazardous Waste Removal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the Gulf Coast Regional Hazardous Waste Removal and Disposal contract. This procurement involves the removal, transportation, and disposal of hazardous and non-hazardous wastes generated by the government at military installations within a 50-mile radius in the Gulf Coast region, emphasizing compliance with federal, state, and DOT regulations. The contract is crucial for ensuring safe and timely waste management practices that support military operations, with a firm-fixed price structure and a performance work statement detailing specific requirements. Proposals are due by 1500 EST on October 4, 2024, and interested parties should direct inquiries to Raymond Empie at raymond.empie@dla.mil or by phone at 269-961-5034.
    Preventive Maintenance Program and Service Orders for Underground Storage Tanks (USTs) for Petroleum Oil and Lubricants (POL), and Car Washing System in The U.S. Commander Fleet Activities Yokosuka, Japan by Recurring Work & Non-Recurring Work
    Active
    Dept Of Defense
    The U.S. Navy is seeking a contractor to manage the preventive maintenance program and service orders for underground storage tanks (USTs) for petroleum and lubricants, as well as car washing systems, at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. Efficient maintenance and support are required for these essential systems. Offered as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, it includes both recurring and non-recurring work, encompassing facility management and investment services. Contractors must submit detailed proposals, with independent pricing, by the deadline for this high-value procurement, with work commencing in [redacted]. The requirement for the USTs' preventive maintenance program is focused on ensuring the reliable operation of these systems across various sites. The contract, valued at a significant amount in Japanese Yen, involves a combination of recurring and non-recurring tasks, emphasizing the effective management and support of these critical facilities. This procurement reflects the Navy's commitment to maintaining operational efficiency, with a particular focus on the specialized nature of UST systems and compliance with Japanese regulations. Interested parties should carefully review the solicitation documents, which outline the detailed scope of work, evaluation criteria, and key deadlines, including the submission deadline on September 9, 2024. For further clarification, prospective bidders can contact Mariko Fukuoka at mariko.fukuoka.ja@fe.navy.mil or via phone at 0468165565.
    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.
    DLA Disposition Services Spain Hazardous Waste Removal Sources Sought
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified businesses for hazardous waste removal services at U.S. military installations in Spain, specifically Rota and Morón. The procurement involves the transportation and disposal of various types of hazardous and non-hazardous waste, including RCRA hazardous wastes, compressed gas cylinders, and polychlorinated biphenyls (PCBs), in compliance with local, state, and federal regulations. This contract is crucial for ensuring environmental safety and regulatory compliance in waste management operations at these military bases. Interested firms must submit a capabilities package by 1300 EST on August 25, 2024, to Jose Acevedo at jose.acevedo@dla.mil, with no late submissions accepted.
    FY26 Integrated solid waste management (Refuse) JBER AK
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Integrated Solid Waste Management services at Joint Base Elmendorf-Richardson (JBER) in Alaska. The contractor will be responsible for providing all necessary personnel, equipment, and supervision to manage refuse collection and disposal across approximately 461 locations on the base, adhering to local, state, and federal regulations. This procurement is particularly significant as it emphasizes environmental stewardship and compliance with waste management standards, with a total evaluated contract value of $1,440,270 over a base year and four option years. Interested small business competitive 8(a) firms must submit proposals by September 23, 2024, following a site visit on September 4, 2024, and can direct inquiries to Clifford Dockter at clifford.dockter@us.af.mil or Zachary Braum at zachary.braum@us.af.mil.
    Refuse and Recycling Services in Nichols, NY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals for refuse and recycling services in Nichols, NY. The procurement aims to award a firm fixed-price purchase order to fulfill solid waste collection needs, as outlined in the attached Performance Work Statement (PWS) and Site Map. This service is crucial for maintaining cleanliness and environmental standards at military facilities. Interested small businesses must submit their proposals by the specified deadline, with an estimated contract start date of approximately September 20, 2024. For further inquiries, potential offerors can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
    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.
    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.
    DLA Trucks 8
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is soliciting proposals for the procurement of eight new vehicles, including one pickup truck, two maintenance trucks, and five cargo trucks, to be delivered to Kadena Air Base in Okinawa, Japan. The vehicles must meet stringent specifications, including compliance with Japanese Motor Vehicle Safety Standards, and must be the latest models available at the time of delivery, with specific features such as automatic transmissions, safety accessories, and rust-proofing. This procurement is critical for maintaining operational efficiency and safety standards within the military's transportation capabilities. Interested vendors must submit their proposals by September 16, 2024, and direct inquiries to Hunter Stewart at hunter.stewart.1@us.af.mil or Justin K. Townsend at justin.townsend.2@us.af.mil before September 4, 2024.