Skip to main content

An official website of the United States government

You have 2 new alerts

Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at U.S. MCAS Iwakuni, Japan

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Oct 16, 2024 03:35 pm JST
  • Original Response Date: Oct 31, 2024 11:00 am JST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 15, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S216 - HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    IWAKUNI-SHI , JP-35
    JPN

Description

1.  THIS IS A PRESOLICITATION ONLY.  THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BIDS.  NO SOLICITATION OR SPECIFICATIONS ARE AVAILABLE AT THIS TIME.

2.  Proposed Solicitation Number: N4008425B5403, FSC Code: S216, NAICS Code: 561210

3.  CONTRACT TYPE:  The anticipated contract type is a single award, performance-based, Indefinite Delivery / Indefinite Quantity (IDIQ) Contract comprised of Recurring and Non-Recurring Work Items.

4.  CONTRACT PERIOD:  The anticipated contract period will be for a Basic Period of 12 months and four (4) 12-month Option Periods with a planned start date of 01 APR 2025.

5.  CONTRACTOR LICENSING REQUIREMENTS.  Prior to award of contract, interested parties must be registered to do business in Japan and possess all valid permits and licenses as required by the contract.  Bidders will be required to provide verification of such permits and licenses prior to award of the contract to the contracting officer if such information is not already on file with or available to the contracting officer.

6.  WORK REQUIREMENTS:  The intent of this notice is to identify potential offerors for market research purposes. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items required to obtain the cleaning and ventilation systems maintenance services, including replacement of lead-contaminated filters, for the Indoor Small Arms Range (ISAR) at MCAS Iwakuni, Japan, to ensure that the ISAR maintains a safe environment for the users and is operational.  The services required under this contract include but are not limited to Range Cleaning (clean all surfaces in the range, i.e. ceiling, walls, floor and all the attachments/fixtures using HEPA vacuuming and wet washing) and Ventilation System Maintenance (preventive maintenance of ventilation systems, i.e. supply air and exhaust, filter replacement of supply air and exhaust systems equipment on the roof, and heating system start-up and shutdown).  The Contractor shall properly manage the waste (including lead-contaminated materials/waste) resulting from the work.

7.  STATUS OF FORCES AGREEMENT.  The U.S. Government will not offer “United States Official Contractor” status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) to any offeror awarded a contract under this solicitation; nor will the U.S. Government certify any employees of a contractor as “Members of the Civilian Component” under Article I(b) of the SOFA.

8.  SYSTEM FOR AWARD MANAGEMENT REGISTRATION.  Interested parties must be ACTIVELY registered in the System for Award Management (SAM) database to be eligible for award.  For more information please go to https://www.sam.gov.  Interested contractors are encouraged to register as soon as possible.

9.  PLANNED SOLICITATION ISSUING DATE.  On or about 21 Jan 2025.  The Government does not intend to issue amendment(s) to this Presolicitation Notice if/when the planned solicitation issuing date is changed.  Interested contractors can view and/or download the solicitation at https://sam.gov/ when/if it becomes available.

10.  Hard copies of the potential solicitation will not be provided.  It is the Contractor’s responsibility to check the websites periodically for any amendments to the proposed solicitation.  All interested contractors should register at the website https://sam.gov/.

11.  Interested firms are requested to provide FEAD Iwakuni with capability statements including at a minimum: 1. Company Name, DUNS Number and NCAGE Code, 2. Mailing Address, and 3. Point of Contact Information including phone/fax numbers and email address.  Capabilities statement should be submitted via email to Janofsky Herrion at janofsky.herrion@usmc.mil.  However, any information submitted by respondents to this notice is strictly voluntary.

12.  The information being provided does not constitute a Request for Proposal, Request for Quote, Invitation for Bids, or a commitment of the part of the Government neither to award a contract, nor to pay for any costs responding to this notice and / or to the solicitation.  This notice shall not be construed as a commitment by the Government for any purpose.  The point of contact for this notice is Mr. Janofsky Herrion, Contract Specialist, at telephone 0827-79-6575, email: janofsky.herrion@usmc.mil.

Contact Information

Contracting Office Address

  • PSC 473 BOX 13
  • FPO , AP 96349-0013
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Nov 15, 2024 01:55 pm JSTPresolicitation (Original)