HOODS & DUCTS at CFA Sasebo
ID: N4008425B6300Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF DINING FACILITIES (Z1FD)
Timeline
  1. 1
    Posted Nov 12, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 5, 2024, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 7:30 PM UTC
Description

The Department of Defense, through the Department of the Navy's NAVFACSYSCOM FAR EAST, is soliciting bids for inspection, testing, and maintenance services for exhaust hoods, ducts, grease traps, fire suppression systems, and hood washing systems at U.S. Fleet Activities in Sasebo, Japan. The procurement aims to ensure the operational efficiency and safety of dining facilities by maintaining compliance with safety and operational standards. This opportunity is critical for maintaining the functionality of essential facility systems, thereby supporting the overall mission of the U.S. military in the region. Interested contractors must submit their proposals by 10:00 AM on January 30, 2025, and can reach out to Keiko Ujiie at keiko.ujiie2.ln@us.navy.mil for further information.

Files
Title
Posted
Dec 6, 2024, 12:33 AM UTC
The document outlines a Request for Proposal (RFP) involving facility maintenance for various buildings under the jurisdiction of the federal government. It specifies recurring and non-recurring work related to exhaust hoods, duct systems, grease traps, fire suppression systems, and kitchen hood washing systems across multiple buildings. The pricing structure for labor and services is presented in detail, with line items indicating quantities, descriptions, and the unit price. Maintenance tasks are categorized into cleaning and maintenance, detailed by building and item specification. The RFP's purpose is to solicit proposals from contractors for the ongoing maintenance and improvement of facility systems, ensuring compliance with safety and operational standards. Each maintenance aspect requires adherence to specific government regulations and specifications, indicating a structured approach to facility management. This comprehensive procurement plan underscores the government’s commitment to maintaining operational efficiency and safety within its facilities, emphasizing transparent pricing and detailed service descriptions as essential for potential contractors.
Dec 6, 2024, 12:33 AM UTC
This document serves as an access request form related to a scheduled site visit for the Invitation for Bid (IFB) N4008424B6301, which focuses on maintenance services for various infrastructure systems, including exhaust hoods and fire suppression systems. The visit is set for December 13, 2023, between 1:00 PM and 4:00 PM, at Main Base and Hario Housing Area, with entrance facilitated through specified gates. Guests will access the site via a government-provided bus, ensuring all attendees are escorted by Keiko Ujiie. The bus has the necessary base access pass and eliminates the need for a temporary vehicle pass (TVP). The form includes a participant list that necessitates personal information, indicating the structure of the request involves logistics related to security and transportation for the site visit. Overall, this document is critical for compliance with access protocols during the bid evaluation process, ensuring proper oversight of facilities maintenance.
Dec 6, 2024, 12:33 AM UTC
The "Base Access and Security Handbook for Contractors" is a regulatory document for employees and contractors at the U.S. Navy Sasebo Base, updated on May 31, 2023. It outlines requirements for obtaining and managing access passes, stressing that these passes are U.S. government property and should only be used as authorized. Procedures for applying for, returning, and renewing various types of access passes (DBIDS card and paper pass) are detailed, alongside the proper documents needed for application. The handbook specifies the roles of pass coordinators and the importance of submitting accurate documentation to avoid penalties for misuse or loss of passes. It includes a list of required identification documents and arrival regulations for vehicles accessing the base. Additionally, it provides instructions regarding escort authority and the processes for dealing with lost, damaged, or expired passes. This document serves a critical purpose in maintaining security and operational integrity at the base, ensuring that all individuals follow standardized protocols while accessing sensitive military facilities. It emerges within the context of federal security regulations relevant to government contracts and grants, emphasizing compliance and efficient management of base access.
Dec 6, 2024, 12:33 AM UTC
The document is a Pre-Bid Inquiry Form related to Solicitation No. N4008425B6300 for the installation of hoods and ducts at CFAS, Japan. It serves as a structured template for bidders to submit questions regarding the solicitation. Key components of the form include sections for the offeror's name, contact details, and space for inquiries about specific references in the solicitation, which are to be addressed by the government. The form emphasizes compliance with the Federal Acquisition Regulation (FAR), specifically sections regarding source selection information. Overall, this document facilitates communication between the government and prospective bidders, ensuring clarity and understanding prior to the bidding process.
Dec 6, 2024, 12:33 AM UTC
This document outlines compliance requirements related to covered telecommunications equipment and services under federal government contracts, specifically referencing Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It establishes clear definitions for "covered telecommunications equipment," "critical technology," and the scope of prohibited items. Contractors must represent whether they will provide such equipment or services and detail relevant information if they respond affirmatively. Required disclosures include specifics about the equipment or services offered, usage intentions, and manufacturing details to ensure compliance with the prohibition against using certain technologies in government contracts. This provision aims to safeguard national security by restricting the procurement of potentially harmful telecommunications technologies. Overall, it emphasizes the importance of transparency and accountability in contractor submissions to the federal government.
Dec 6, 2024, 12:33 AM UTC
This document outlines the tax regulations and requirements for federal procurement payments made to foreign contracting parties, as stipulated in the Provision 52.229-11. It defines key terms, such as "foreign person" and "specified Federal procurement payment," which are crucial for understanding the tax implications of international contracts. A 2% tax is assessed on payments made to foreign persons unless exemptions are claimed using IRS Form W-14. The form must be submitted with the offer for exemptions to apply, or the government will withhold the full 2% tax. The document also explains the procedure for representatives of foreign persons to self-certify their tax status and the consequences of failing to comply with these requirements. Furthermore, it provides guidance on seeking advice from the IRS regarding tax treatment through private letter rulings or revenue rulings. Overall, this provision supports compliance in federal contracting while ensuring that foreign contracting entities are aware of their tax liabilities.
Dec 6, 2024, 12:33 AM UTC
Form W-14, issued by the Departamento of the Treasury and the Internal Revenue Service, is a certificate designed for foreign contracting parties receiving federal procurement payments. The purpose of this form is to document the foreign entity’s identification details and any claimed exemptions from withholding tax under specific international agreements. The form is structured in several parts: Part I requires identification details of the foreign contracting party and the acquiring agency, including names, addresses, and potential tax identification numbers. Part II assesses exemptions based on international agreements, while Part III addresses exemptions related to procurement agreements or U.S. produced goods/services. Part IV requires explanatory information if exemptions are claimed, detailing agreements, countries involved, and methods used to classify amounts as exempt or nonexempt. Finally, Part V consists of a declaration under penalties of perjury asserting the accuracy of the provided information. The form must be submitted to the acquiring agency, not the IRS, highlighting its role in facilitating compliance for foreign contractors engaged in U.S. government contracts. This systematic approach underscores the procedural obligations of foreign entities in the context of federal grants and contracts.
Dec 6, 2024, 12:33 AM UTC
The document outlines various federal and state/local government Requests for Proposals (RFPs) and grants, aimed at facilitating the funding and implementation of projects within specified jurisdictions. It serves as a guide for potential applicants seeking financial assistance and outlines eligibility criteria, funding priorities, and submission requirements. Key sections detail the process for responding to RFPs, including necessary documentation, evaluation criteria, and timelines. The emphasis is on transparency and accessibility, encouraging a diverse range of proposals that address pressing community needs. The ultimate goal is to foster collaboration between governmental entities and contractors while ensuring that funds are effectively allocated to projects that yield beneficial outcomes for the public. It underscores the importance of compliance with local regulations and federal guidelines throughout the proposal process.
Dec 6, 2024, 12:33 AM UTC
The document outlines a solicitation (N4008425B6300) for maintenance services related to exhaust hoods, ducts, grease traps, fire suppression systems, and hood washing at U.S. Fleet Activities in Sasebo, Japan. The offer submission deadline is set for 10:00 AM on January 30, 2025, with a solicitation issue date of November 12, 2024. This RFP is open to small businesses, and bids must be priced exclusively in Japanese Yen. The proposal details include a performance work statement, various pricing structures across multiple option periods, and terms of acceptance presented within an extensive attachment list. Bidders are instructed on registration requirements in the System for Award Management (SAM), bid preparation, submission, and evaluation processes. Essential clauses regarding compliance, tax exemption under the Status of Forces Agreement with Japan, and restrictions on illegal bidding practices are reiterated. The document emphasizes the evaluation of bids based on total prices for specified line items over multiple periods, outlining that options may significantly affect the contract's value. Attendance at pre-bid conferences and the submission of necessary documentation are stressed for compliance, aiming to ensure a transparent procurement process while adhering to strict security and operational guidelines.
Similar Opportunities
S--Maintenance and Inspection of HVAC Systems, Hangar, Aboveground Storage Tanks and Underground Storage Tanks for the U.S. Naval Air Facility Atsugi, Japan
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance and inspection services for HVAC systems, hangars, aboveground storage tanks, and underground storage tanks at the U.S. Naval Air Facility, Atsugi, Japan. The services include maintenance, inspection, and repair of HVAC systems, refrigeration, biocidal treatment devices, and other HVAC related equipment at various locations. Additionally, maintenance, inspection, and repair services for hangars at various locations, as well as inspection, testing, and certification for aboveground storage tanks (AST) and underground storage tanks (UST) at various locations are required. Contractors must be authorized to operate in Japan and comply with all laws and regulations. The award will be given to the lowest priced, technically acceptable offer. Interested offerors can access the solicitation on the Asia Navy Electronic Business Opportunities (AsiaNECO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.
B89 REPAIR HVAC SYSTEM AT THE U.S. NAVAL AIR FACILITY (NAF), ATSUGI, JAPAN
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking contractors to repair the HVAC system at the U.S. Naval Air Facility in Atsugi, Japan. The project encompasses a comprehensive scope of work, including architectural, mechanical, and electrical repairs, as well as the abatement of lead-containing materials, with the goal of restoring and enhancing existing conditions. This contract is significant for maintaining operational efficiency and safety within the facility, with an estimated project value between 50,000,000 JPY and 100,000,000 JPY. Interested contractors must be licensed to operate in Japan and are encouraged to register in the System for Award Management (SAM) to participate, with the solicitation expected to be issued around April 28, 2025, and a bid opening tentatively scheduled for June 12, 2025. For further inquiries, contact Midori Otomo at midori.otomo.ln@us.navy.mil or by phone at 046-763-3144.
Maintenance Dredging Phase -3, Maebata and Hario Shima at Commander Fleet Activities, Sasebo (CFAS), Japan
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting bids for the Maintenance Dredging Phase -3 project at Commander Fleet Activities, Sasebo (CFAS), Japan. This project involves conducting survey and dredging works to ensure safe navigation for Naval Ships and Tankers at designated wharfs and piers, including the transportation and treatment of excavated sediment materials. The work is critical for maintaining operational readiness and safety in naval operations, and it encompasses related temporary works necessary for project completion. Interested contractors should direct inquiries to Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or call 011-81-956-50-2394, with the bid open date extended following the government's amendment to the solicitation on April 2, 2025.
B983 RENOVATE GALLEY AT THE U.S. NAVAL AIR FACILITY ATSUGI, JAPAN
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting bids for the renovation of the galley at the U.S. Naval Air Facility Atsugi in Japan. This project involves the repair or alteration of dining facilities, aligning with the NAICS code 236220 for Commercial and Institutional Building Construction. The renovation is crucial for maintaining operational readiness and providing quality dining services to personnel stationed at the facility. Interested contractors can reach out to Rie Hanazato at rie.hanazato.ln@us.navy.mil or call 0467-63-3487 for further details, and should note that an amendment dated April 7, 2025, has been issued to provide additional questions and answers regarding the solicitation.
Replacement Service of Fuel Tank Truck Engine and Parts for the Government of Vehicle (GOV) Number N9653648 at Bldg. 1851, NAVFAC Transportation Area in the U.S. Commander Fleet Activities Yokosuka (CFAY), JAPAN by Non-Recurring Contract
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the replacement service of the fuel tank truck engine and parts for Government Vehicle Number N9653648, located at Building 1851, NAVFAC Transportation Area, U.S. Commander Fleet Activities Yokosuka, Japan. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure the vehicle meets operational standards, with the project expected to be completed within 180 days of contract award while adhering to specific safety and environmental regulations. This one-time contract emphasizes the importance of maintaining government transportation capabilities and requires compliance with federal procurement standards, including submission of proposals in Japanese yen by May 9, 2025, at 10:30 AM JST. Interested parties can reach out to primary contact Sakiko Marterosario at sakiko.marterosario.ln@us.navy.mil or secondary contact Toshiki Hisasue at toshiki.hisasue.In@us.navy.mil for further inquiries.
Joint Base Langley Eustis Grease Hood Cleaning Services
Buyer not available
The Department of Defense, through the 633d Contracting Squadron, is seeking qualified contractors to provide Grease Hood Cleaning Services at Joint Base Langley Eustis in Virginia. The contractor will be responsible for managing all aspects of the cleaning process for the Commercial Kitchen Exhaust Systems, adhering to various safety and cleaning standards, including those set by the National Fire Protection Association and the American National Standards Institute. This procurement is particularly important for maintaining safety and compliance in dining facilities, and it is set aside for small businesses with a performance period of one base year and four additional one-year options. The Request for Proposal (RFP) is anticipated to be released around April 18, 2025, with a 30-day submission period, and interested parties must register in the System for Award Management (SAM) to be eligible. For inquiries, contractors can contact Mandisa Peters at mandisa.peters.1@us.af.mil or Matthew Gregg at matthew.gregg.3@us.af.mil.
USS DEWEY (DDG 105) FY25 SIA 5J1 Bundle 3 (Yokosuka, Japan)
Buyer not available
The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for repair and maintenance services for the USS DEWEY (DDG-105) at Yokosuka Naval Base, Japan. The procurement encompasses a comprehensive package of work items, including various repair tasks outlined in the Task Group Instruction, with a performance period scheduled from May 26, 2025, to August 4, 2025. This opportunity is critical for maintaining naval operational readiness and ensuring compliance with U.S. Navy standards for vessel maintenance. Interested contractors must submit their proposals by April 21, 2025, at 10:00 AM Japan Standard Time, and can direct inquiries to Kumi Matsumoto or Ai Gillard via the provided contact information.
Z--Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan.
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan. This project involves the renovation of the existing Family Housing Hirise Building, including replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to kitchen and common spaces. The contractor must be authorized to operate in Japan and comply with all local laws and regulations. The estimated magnitude of this construction project is between $10,000,000 and $25,000,000 USD. The work must be completed within 620 calendar days after the date of award. Interested offerors can find more information on the Federal Business Opportunities (FBO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.
N4008425R0051 REGIONAL OIL & HAZARDOUS SUBSTANCES SPILL RESPONSE SERVICES FOR NAVFAC FAR EAST, JAPAN
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Far East (NAVFAC FE), is seeking qualified contractors to provide oil and hazardous substances spill response services across various military locations in Japan. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will require contractors to deliver comprehensive services including immediate response, cleanup, disposal, and training related to oil and hazardous substances, with a focus on compliance with safety and regulatory standards. This initiative is crucial for maintaining environmental safety and readiness in military operations, particularly in response to spills in diverse geographic zones. Interested vendors must submit their capabilities and relevant experience by March 13, 2025, via email to Amanda Jo at amanda.jo.civ@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil, as this notice serves solely for market research and does not constitute a solicitation for bids.
N4008425R0074: Commander Fleet Activities Sasebo DB/DBB MACC Amendment 0004 and Phase One Notice 3
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting proposals for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build (DB)/Design-Bid-Build (DBB) Multiple Award Construction Contract (MACC) for various construction projects at Commander Fleet Activities Sasebo (CFAS), Japan, and surrounding areas. This procurement aims to facilitate the repair and alteration of miscellaneous buildings, ensuring that the facilities meet operational requirements and standards. The awarded contracts will play a crucial role in maintaining and enhancing the infrastructure necessary for military operations in the region. Interested contractors can reach out to Heather Seibold at heather.a.seibold.civ@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil for further information regarding the solicitation process.