Inspection, Testing, and Maintenance Services for Exhaust Hoods & Ducts, Fire Suppression System, Kitchen Hood Washing System, and Grease Traps at Commander Fleet Activities Sasebo, Japan
ID: N4008425B6300Type: Presolicitation
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    OPERATION AND MAINTENANCE SERVICES FOR SWIMMING POOL WATER TREATMENT SYSTEMS AT U.S. FLEET ACTIVITIES, SASEBO, JAPAN
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting bids for operation and maintenance services for swimming pool water treatment systems at U.S. Fleet Activities in Sasebo, Japan. The procurement requires contractors to provide both recurring and non-recurring maintenance work, ensuring compliance with a Performance Work Statement (PWS) that emphasizes safety and operational efficiency in pool facilities. This contract is vital for maintaining the quality and safety of recreational facilities used by military personnel and their families. Interested contractors must submit their bids by March 28, 2025, at 10:00 AM, and can direct inquiries to Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or by phone at 01181956502394.
    IFB - Facility System Maintenance Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM FAR EAST, is soliciting bids for Facility System Maintenance Services. This procurement aims to ensure the effective maintenance and operation of various administrative facilities and service buildings, which are critical for supporting military operations. The services required will fall under the NAICS code 561210, focusing on facilities support services, and will be governed by the PSC code Z1AZ, which pertains to the maintenance of administrative facilities. Interested contractors can reach out to Keiko Ujiie at keiko.ujiie2.ln@us.navy.mil or call 819-565-02502 for further details regarding the solicitation process.
    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 Command (NAVFAC) Far East, is soliciting bids for the Maintenance Dredging Phase -3 project at Commander Fleet Activities, Sasebo (CFAS), Japan. This contract involves the maintenance of dredging facilities, specifically targeting the areas around Maebata and Hario Shima to ensure navigability and operational readiness of the naval base. The dredging services are critical for maintaining safe and efficient access for naval vessels, thereby supporting ongoing military operations in the region. Interested contractors can reach out to Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or by phone at 011-81-956-50-2394 for further details regarding the solicitation process.
    Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at U.S. MCAS Iwakuni, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking proposals for Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at the U.S. Marine Corps Air Station in Iwakuni, Japan. The procurement aims to secure comprehensive maintenance services, including both recurring and non-recurring tasks, to ensure the operational integrity and safety of the indoor ranges, with a focus on compliance with federal standards. This contract is critical for maintaining the functionality and safety of military training facilities, reflecting the government's commitment to high operational standards. Proposals are due by 11:00 AM local time on March 10, 2025, and interested contractors should direct inquiries to Janofsky Herrion at janofsky.herrion@usmc.mil or Martin Hansen at martin.hansen@usmc.mil.
    SONAR DOME RUBBER WINDOW SERVICE
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for Sonar Dome Rubber Window (SDRW) testing and inspection services at the SRF Yokosuka in Japan. This procurement aims to ensure the operational readiness of U.S. Navy ships by providing essential maintenance services, with a firm, fixed-price contract anticipated. The work is scheduled to take place from May 12 to May 16, 2025, and is part of a total small business set-aside initiative, emphasizing the Navy's commitment to engaging small and service-disabled veteran-owned businesses. Interested contractors must submit their proposals by noon on March 7, 2025, and can direct inquiries to Ferbien Encomienda at 360-476-7587 or via email at Ferbien.O.Encomienda.CIV@us.navy.mil.
    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.
    Duct and Elbow Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for duct and elbow repair services at Kadena Air Base in Okinawa, Japan. This opportunity, categorized under NAICS code 561210 and PSC code J041, aims to assess market availability for the repair and certification of JFS duct and elbow exhausts, which are critical for maintaining aircraft operational capabilities. Contractors are required to submit detailed capability statements, including company information and past performance examples, to assist in developing an effective acquisition strategy. Responses must be emailed by March 7, 2025, with questions accepted until March 3, 2025. Interested parties must also be registered with the System for Award Management (SAM) to participate. For further inquiries, contact Nina Wickwire at nina.wickwire.2@us.af.mil or SrA Martin Almazan at martin.almazan@us.af.mil.
    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, with a focus on immediate response capabilities, self-performance of cleanup efforts, and handling a range of hazardous materials, including petroleum, oils, lubricants (POLs), and PFOS/PFOA compounds. This initiative is critical for ensuring environmental safety and compliance with regulatory standards, as it supports military operations and protects local ecosystems. Interested vendors must respond with their qualifications, including relevant experience and registration with the System for Award Management (SAM), by March 13, 2025. For further inquiries, potential respondents can contact Amanda Jo at amanda.jo.civ@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    Amendment 1 Inspection and Cleaning of Vent Hood Exhausts and Inspection of Fire Suppression Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the inspection and cleaning of vent hood exhausts and fire suppression systems at Fort Johnson, Louisiana. This contract, designated as a Total Small Business Set-Aside, aims to ensure compliance with NFPA Standards 17A and 96, thereby minimizing fire hazards through regular maintenance and inspections. The total award amount is approximately $47 million, with the contract period extending from March 27, 2025, to March 26, 2028. Interested parties should contact Shannon S. Campbell at shannon.s.campbell.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil for further details and to confirm receipt of the solicitation and any amendments.