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
    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.
    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.
    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.
    PMP for Water Facilities Circulation Systems
    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 (PMP) for water facilities circulation systems at 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 maintenance services for these critical water supply facilities. This initiative is vital for ensuring the operational integrity and reliability of water systems essential for military readiness and support. Interested contractors should contact Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil or call 046-816-4201 for further details regarding the solicitation process.
    USS DEWEY (DDG-105) FY26 6C1 SRA(d) 38K4248201 S/A 97085K, Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS DEWEY (DDG-105) at Yokosuka Naval Base, Japan, from March 30, 2026, to June 20, 2026. Eligible firms must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and be authorized to operate in Japan, as the contract is firm-fixed-price and includes specific structural modifications and enhancements to the ship's Tactical Weapon Control System. This procurement is critical for maintaining the operational readiness of the USS DEWEY, ensuring compliance with military standards and safety protocols. Interested contractors must submit their proposals by December 17, 2025, and request access to the work specifications by December 9, 2025, with further inquiries directed to Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG-105) during its scheduled maintenance period from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Eligible contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and are required to manage Government Furnished Material (GFM) while adhering to strict NAVSEA and SRF-JRMC standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring they meet the necessary safety and performance standards. Proposals are due by January 2, 2026, with access to work specifications available through DoD SAFE upon request by December 22, 2025; interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information.
    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.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    Kitchen Ventilation Hoods Cleaning Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide kitchen ventilation hoods cleaning services at Fort Leonard Wood, Missouri. The objective is to ensure safe and operational kitchen hood ventilation systems across various facilities, with a contract period expected to last up to five years, including one base year and four option years. This procurement is crucial for maintaining compliance with safety and operational standards, as the contractor will be responsible for all personnel, labor, equipment, and materials necessary for the cleaning services, adhering to local, state, and federal regulations. Interested parties must submit a capabilities statement by 4 PM CST on December 29, 2025, to Zackery Zakhireh at zackery.m.zakhireh.civ@army.mil, as this opportunity is set aside for small businesses under the NAICS code 561790.
    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.