7910 - To provide answer to technical questions and revise the SOW and Enclosure Attached 1 Drawing
ID: N6264925QB057Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR YOKOSUKAFPO, AP, 96349-1500, USA

NAICS

Small Electrical Appliance Manufacturing (335210)

PSC

FLOOR POLISHERS AND VACUUM CLEANING EQUIPMENT (7910)
Timeline
    Description

    The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, Japan, is seeking qualified vendors to provide a vacuum dust collector for the X-71 Paint Shop. The procurement requires the dust collector to effectively manage dust generated during sandblasting operations, comply with safety standards, and be suitable for marine environments, along with providing maintenance support and training for personnel in Japanese. This solicitation emphasizes the importance of air quality management solutions in military operations, ensuring compliance with federal acquisition regulations. Interested parties must submit their quotes on an “All or NONE” basis by March 28, 2025, and can contact Janice Arrieta at 046-816-2793 or via email at janice.o.arrieta.ln@us.navy.mil for further details.

    Point(s) of Contact
    Janice Arrieta 046-816-2793
    janice.o.arrieta.ln@us.navy.mil
    Files
    Title
    Posted
    This document is a combined synopsis/solicitation (N6264925QB057) for procuring a vacuum dust collector intended for use at the X-71 Paint Shop, U.S. Naval Base Yokosuka, Japan. The solicitation is available electronically and emphasizes that no paper copies will be provided. The applicable NAICS code is 335210, marking it as an unrestricted competitive procurement for qualified vendors, particularly emphasizing their need to operate within Japan. Quotes must be submitted on an “All or NONE” basis by 28 March 2025, with specifics on pricing in either Japanese Yen or U.S. Dollars. Key requirements include technical specifications for the dust collector, which should handle dust generated during sandblasting, meet safety standards, and be operable in marine environments. Additionally, the contractor must provide maintenance support, conduct operational tests prior and post-delivery, and offer training in Japanese to up to ten personnel. Compliance with numerous federal acquisition regulations is essential throughout the process, as well as documentation in both English and Japanese. This solicitation reflects the government's commitment to enhanced maintenance capabilities while ensuring regulatory compliance and safety in operations.
    The document outlines specifications for a vacuum dust collector, specifically detailing the physical design and construction features. Key components include a control box with maximum dimensions identified as 2400mm and 2800mm in different sections, along with lifting padeyes for transportation purposes. The dust collector features a blank flange, a cam-locking coupling, an exhaust port, and specified lifting points noted as "LIFT HERE." The enclosure is also mentioned, indicating a focus on durability and efficient dust collection. The structured presentation of measurements and components suggests a proposal for federal or local government projects requiring air quality management solutions, highlighting the importance of adherence to safety and operational standards in equipment design. Overall, the document serves as a technical specification aimed at securing bids or grants related to environmental health equipment within governmental frameworks.
    The Financial Information Data Sheet is designed for local offerors to demonstrate their financial stability to the government, particularly within the framework of the Management Self Diagnosis System. This document, written primarily in Japanese, presents a structured approach encompassing a balance sheet and profit and loss statement. The balance sheet section requires information on assets, liabilities, and net assets, detailing categories such as current assets, cash, and fixed assets. The profit and loss section includes data on sales, operating income, and expenses, showcasing the entity's financial performance over a period. Additional metrics such as the total number of employees and previous financial period data are also collected. Providing complete and accurate financial information is essential for participation in government requests for proposals (RFPs) and grants, enabling the assessment of the offeror's viability and reliability in meeting contract obligations. The organized format aims to facilitate a transparent evaluation process, ensuring that submitted financial documents satisfy the government’s requirements for financial assessment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation - Paint Booth Cover and Filter Removal and Replacement
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting services for the removal and replacement of the outer cover and inlet filters on a retractable/expandable paint booth. The primary objective is to restore the operational status of the paint booth by replacing deteriorated components, including filters for the shot peening machine, using specified materials that comply with safety standards. This procurement is categorized as a Small Business Set Aside under NAICS code 811310, emphasizing the importance of air filtration solutions in maintaining operational efficiency. Interested vendors must submit their quotes by 12:00 PM EST on December 19, 2025, and direct any inquiries to Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil, with a copy to Jeremy Weible at jeremy.r.weible.civ@us.navy.mil.
    43--AIR CLEANER,INTAKE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of air cleaners, intake, specifically NSN 4310015206794. The requirement includes two lines: 66 units and 289 units, both to be delivered to DLA Distribution Cherry Point within 111 days after order (ADO). These air cleaners are critical components in maintaining the efficiency and performance of air and gas compressor systems used in various military applications. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    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.
    Paint Barge Services for USS George Washington
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, Japan, is seeking competitive bids for paint barge services for the USS George Washington. Offerors must demonstrate their capability to operate in Japan, including compliance with Japanese immigration regulations and familiarity with the Japan Environmental Governing Standards (JEGS) and local waste disposal laws. This procurement is crucial for maintaining the operational readiness and aesthetic standards of the naval vessel. Interested parties should ensure they are registered in the System for Award Management (SAM) and may contact Chie Fujii at 046-816-9853 or via email at chie.fujii.ln@us.navy.mil for further details.
    41--FAN,VANEAXIAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a Vaneaxial Fan (NSN 4140-00-289-8783) to be delivered to the USS Abraham Lincoln (CVN 72) within 180 days after order. This procurement is classified under the NAICS code 333413, which pertains to the manufacturing of industrial and commercial fan and blower equipment, highlighting the critical role of such equipment in military operations and environmental control systems. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the DLA via the provided email address, DibbsBSM@dla.mil.
    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.
    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.
    29--AIR CLEANER,INTAKE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 42 units of the Air Cleaner, Intake (NSN 2940014614967). This solicitation, categorized under the NAICS code 336390 for Other Motor Vehicle Parts Manufacturing, is critical for maintaining the operational readiness of military vehicles by ensuring proper air filtration. Interested vendors are required to submit their quotes electronically, as hard copies will not be available, and the deadline for delivery to DLA Distribution San Joaquin is set for 87 days after award. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    41--FAN,VANEAXIAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a Vaneaxial Fan, specifically NSN 4140011808324, to be delivered to the USS Jefferson City SSN 759. The requirement includes a quantity of one unit, with a delivery deadline of five days after award. This equipment is critical for air circulation and refrigeration applications within military operations, ensuring optimal environmental conditions aboard naval vessels. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil.
    41--BLOWER ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 23 units of a Blower Assembly, identified by National Stock Number (NSN) 4140010899585. This solicitation is part of a Request for Quotation (RFQ) process, and the approved source for this assembly is identified as 62983 410970. The Blower Assembly is critical for various applications within military logistics, ensuring efficient air circulation and temperature control in equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, contact the DLA at DibbsBSM@dla.mil, and ensure quotes are submitted by the specified deadline of 168 days after the award date.